Loading...
HomeMy WebLinkAboutNCD986187128_20001213_North Belmont PCE_FRBCERCLA RA_Final Work Plan for Remedial Action Volume I - Technical-OCRI I I I Response Action Contract For Remedial, Enforcement Oversight, and Non-time Critical Removal Activities at Sites of Release or Threatened Release of Hazardous Substances In EPA Region 4 U.S. EPA Contract No. 68-WS-0022 · Final Work Plan for Remedial Action at the North Belmont PCE Site ID) lE t lE I ~u if: ITT\ tru DEC 2 7 2000 ~ SUPERFUND SECTION North Belmont, Gaston·county, North Carolina. Volumel-Techriical •··· Work Assignment No.: 096-RARA-04QD Document Control No.: 3280-096-PP-WKPN-09650 December 13, 2000 Prepared for: U.S. Environmental ProtectionAgency Region4 Atlanta, Georgia Prepared by: CDM Federal Programs Corporation 2030 Powers Ferry Road, Suite 490 Atlanta, Georgia 30339 ***COMP ANY CONFIDENTIAL*** This Work Plan includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this Work Plan. The Government shall have the right to duplicate, use, or disclose the data to the extent provided in the RAC contract. The restriction does not limit the Government's right to use information contained in this document if it is obtained from another source without restriction. This restriction applies to all data in this proposal. I I I_ 'I I I I I I I I I I I I I I I I Response Action Contract . For Remedial, Enforcement Oversight, and Non-time Critical Removal Activities at Sites of Release or Threatened Release of Hazardous Substances In EPA Region 4 U.S. EPA Contract No. 68-WS-0022 Final Work Plan for Remedial Action North Belmont PCE Site · North Belmont, Gaston County, North Carolina Volume I-Technical Work Assignment No.: 096-RARA-04QD ~/ ;t '::+ f &3 Prepared by: -==~-J!.!"i---..b'--'C.._s~::2:_::::f:_:::::::==~-· Date: __ I 2-~/_I '!._,-/_"_ 9 __ _ James R Laforest Jr,, PE p~-=anaf e/1;{~1// Approved by: ---·-,1-{ ________ _ . Gary P, Clemons, Ph,D, Date: _lv-+/_f">+f-1 ___ _ Region 4 Program Manager I E I, I I ·I I I I I I I I I I ,, I ,, I I .Contents Section 1 Introduction .......... i .................... : ................... 1-1 Section 2 Project Description ............................................ 2-1 • 2.1 Site Location and Description . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2-1 . 2.2 Site History ..... · ... .-.............. .' ........................ 2-1 2.3 · Record of Decision Summary ................................. 2-1 2.4 Site Conceptual Model . .. . . . . . . . . . . . . . .. .. . . . . . . . . . .. . . . .. .. 2-4 2.5 Remedial lnvestigatioii Summary . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2-5 2.6 . Treatability Study .......... , ................................ 2-7 2.7 · Remedial Action Strategy .................................... 2-7 · 2.8 · Groundwater Remediation Using In-Well Vapor Stripping ....... 2-8 2.9 Extension of Existing Water Main, Connection of Individual Residences to City Water, and Installation of Individual Residential Carbon Filtration Units ... : . : . . . . . . . . . . . . . . . . . . . . . 2-9 . ·section3 Scope of Work, .. : ...... >., ........... · ........ ; ........ : ........ 3-1 3.1 · Task 1 -Project Planning and Support ........................ ·. 3-2 3.2 Task 2-Community Relations ............................... 3-7 3.3 Task 3-Site-Specific.Plans .................................. ·. 3-8 3.4 Task 4 -Procurement of Subcontract ......................... 3-10 3.5 Task5-Subcontract Management Support.: .................. 3-12 · 3.6 Task 6 -Detailed Resident Inspection (Resident Engineer) ...... 3-14 · 3.7 Task 7 -Cleanup Validation (NA) ........................... 3-16 3.8 Task 8 -Remedial Action Implementation (Subpool Activities) .. 3-16 3.9 Task 9 -Project Performance (Operation and Maintenance) ..... 3-17 3.10 Task 10 -Project Completion and Close Out ................... 3-19 3.11 Task 11-Work Assignment Closeout ........................ 3-20 Section 4 Optional Items . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . 4-1 4.1 Optionl-AdditionalO&M .................................. 4-1 4.2 Option 2-Saprolite Aquifer Treatment Wells . , ................ 4-1 4.3 Option3-Top of Bedrock Aquifer Treatment Wells ............. 4-1 4.4 Option 4-Bedrock Aquifer Treatment Wells .................... 4-1 4.5 Option 5-Treatment Well Piping ............................. 4-2 · 4.6 Option 6-Saprolite Aquifer Monitoring Wells ................. 4-2 4.7 Option 7-Top of Bedrock Aquifer Monitoring Wells ............ 4-2 4.8 Option 8-Bedrock Aquifer Monitoring Wells .................. 4-2 4.9. Option 9-Transition to New System Operator ................. 4-2 4.10 Option 10-Abandon Monitoring Wells ....................... 4-2 4.11 Option 11-System Removal ................................. 4-2 Section 5 · Schedule of Activities and Deliverables ... : .................... 5-1 CDM Federal Prograffis Corporation . 00-03"'3280-09G/1212 ii I I I I I I I I I I I 'I I I I I I Section 6 Project Organization and Responsibilities .................... : . 6-1 6.1 Project Organization .. ; ..................................... 6-1 . 6.2 · _Team.Firms ... : ..... ; .......................... : ........... 6-1 6.3, Subcontractors .... : ..... · ...... : ........................ ; ... 6-2 Section 7 References ........... : .. , .. : ..... ; .. : .......................... 7-1 Appendices Appendix A In-Well Vapor Stripping Final (100%) Design Appendix B In-Well Vapor Stripping Schedule Appendix C Extension of Existing Water Main Final (100%) Design Appendix D Extension of Existing Water Main Schedule CDM Federal Programs Corporation· 00-{13"'3280-09Gl1212 iii D D I. I I I I I •• I I I I ·' I I I I ' ., I: Ii Tables 2-1 ROD Performance G~als ...... : .............................. 24 5-1 : Schedule for CDM Federal Deliverables/Milestones ............. 5-1 6-1 • CDM Federal Project Team Personnel and Responsibilities ....... 6-1 Figures 2-1 ·Site Location Map .......................................... 2-2 2-2 Source Area Locations ....................................... 2-3 COM Federal P;ograms Corporation iv 00-034/32!0.0W1212 0 I I I I I I I I I •• I •• I I ' I Acronyms. artd Abbreviations CAH CDM Federal . COI CQA DCN EAB EEO EPA . HASP IFB LOE MBE NA O&M PCE PQM QA ·QAPP QC ··.QMP RA RAC RCFU RD . RFP RI ROD RPM SDB SMP 'sow TCE voe WBS chlorinated aliphatic hydrocarbon . CDM Federal Programs Corporation Conflict of Interest Construction Quality Assurance document control number · . enhanced anaerobic biodegradation · . Equal Employment Opportunity U.S. Environmental Protection Agency Health and Safety Plan Invitation for Bid level of effort Minority Business Enterprise not applicable . Operation and Maintenance · tetrachloroethene . Project Quality Management 'quality assurance Quality Assur~ce Project Plan quality control · Quality Management Plan remedial action Response Action Contract residential carbon filtration unit remedial design • Request for Proposal remedial investigation Record of Decision · • Remedial Project Manager ; Small Disadvantaged Business Site Management Plan statement of work trichloroethene volatile organic compound Work Breakdown Structure CDM Federal Programs Corpor~don 0O.0l4/3280.096J1212 V I 0 I I I I I I I .·., •• . . •• I I I I ' I I Section 1 . . Introduction . . ' . . · The objective of this work assigiune~t is to provide the U.S. Environmental Protection Agency (EPA) technical, contractual, and engineering support services for remedial action (RA) activities at the North Belmont Tetrachloroethene (PCE) Site,. located in North Belmont, Gaston County, North Carolina. The RA activities will be performed in accordance with this Work Plan and the objectives of the North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina: Record of Decision (ROD) (EPA, 1997a). CDM Federal Programs Corporation (CDM Federal) will execute two major procurements to complete the required remedial activities.· The goals of the remedial activities described in · this work plan. include: . · · ■ Providing an alternate water supply to impacted residents. ■ Add;essing.sour~e area and high concentration portions of the groundwater plume . generally within the upgradient regions of the Site. CDM Federal s~bc;ntractors will perform the follo~ing major activities which are included in the services to be performed as part of the RA: ■ Extension of existing water main and connection of individual residents to city water-CDM Federal will procure and oversee a subcontractor which will construct the necessary water main extensions required to service all residential lots as required. The same subcontractor will install and maintain individual residential carbon filtration . units (RCFUs) . ■ Groundwater remediation using in-well vapor stripping-COM Federal will procure and oversee<! subcontractor which will install, operate, monitor, and maintain an in-. well vapor stripping system. The subcontractor will track the progress of the remediation by collecting and analyzing system groundwater and vapor samples, determine the hydrologic treatment zone, and collect and analyze monitoring well samples. The.effectiveness of the groundwater remediation system will be evaluated as new data become available. The same subcontractor will be responsible for abandoning approximately 60 residential drinking water wells. · These RA activities will implement portions of the selected remedy outlined in the ROD for the North Belmont PCE Site (EPA, 1997a). The selected groundwater technology is a proven method to reduce levels of site-specific contaminants in groundwater. However, it is understood that the fractured, heterogeneous, and anisotropic geological conditions at the Site will affect the overall performance of the in-well vapor stripping remedial activity. This work plan describes the scope of work, identifies key personnel, and presents the associated level of effort, costs, and schedule for performing the RA activities. The work CDM Federal Programs Corporation 00.03-41328().{)9&/1212 1-1 I I I I I I I I I I I I I I I Section 1 Introduction will be conducted t1mler EPA Contract No. 68-WS-0022 and work assignment number 096- RARA-04QO. The activities described in this work plan were taken from the EPA' s Work Assignment Form (EPA, 2000a). The EPA has defined the tasks that COM Federal will perform under this work assignment. These tasks are: · ■ Task 1 -Project Piannhlg and Support ■ Task 2 -Community Relations · ■ · Task 3 -Development and Update of Site-Specific Plans ■ Task 4 -Procurement of Subcontract · ■ Task 5 -Management Support ■ Task6 -Detailed Resident Inspection ■ Task 8 -Remedial Action Implementation . ■ · Task 9 _: Project Performance ■ . Task 10 -Project Completion and Ooseout ■ Task 11 _; Work Assignment Closeout • ! . . The EPA ~as determined that the following task is ri:ot applicable for com~leting this work · assignment: . · · ■ Task 7 -?eanup Validation ' . . ' A few other subtasks a~e included to address Response Action Contract (RAC) contractual · requirements. They are: Subtask 1.3-Extemal Audit and Review, Subtask 1.4-Quality, Assurance, Subtask 1.5-Pollution Liability Insurarice, and Subtask 1.6-Conflict of Interest. · · CDM Federal Programs Corporation 00-034132e0-096/1212 1-2 I I I I I I I I I I I I I I I I . . . •section 2.· Project Description 2.1 _Site Location and Description· The identified· primary source areas for the Site are two closed dry cleaning operations located in North Belmont, Gaston County, North Carolina. Figure 2-1 is a map showing the location of the site. The locations of these two operations are referred to as "Source Area A" and "Source Area B." Figure 2-2 shows the source area locations. Source Area A, . which was operated by the Untz family from 1960 to 1975 as a dry cleaning business, is located at Roper's Shopping Center in Land Lot 5, Parcel 15-lBA on Woodlawn Avenue. The former dry cleaning facility is approximately 0.75 acre in size and is bounded to the east and west by residential neighborhoods; to the north by a cemetery and an· undeveloped.wooded tract, and to the south by North Belmont Elementary School. Source Area B is located at the ·northeastern comer of Acme Road and Suggs Road in Land Lot 11, Parcel 15-18. This parcel has been converted to residential property. The majority of the . area surrounding Source Area Bis residential with a few small businesses. A cabinet shop· . is located to the north. A previous refrigerator repair shop and a machine shop were also suspected to be potential sources of contamination. The refrigerator _repair shop, now closed, is located at the intersection of Julia Street and Acme Road in Land Lot 15-18A, Parcel 32. This is a small commercial strip area with residential property surrounding the · Site, except for a cabinet shop and a well drilling company located to the east. The machine shop is located at the comer of Acme and Centerview Roads and is encompassed by residential neighborhoods .. , 2.2 · Site History In February 1991, the Gastori County Health Department sampled the well that provided . water to the North Belmont Elementary School and two single-family dwellings. This sampling was associated with an effort by the County to evaluate community water supplies for volatile organic compound (VOC) contamination. The results of this sampling indicated significant VOC contamination in the well. EPA Region 4 Emergency Response was notified. EPA and the Gaston County Health Department sampled 25 drinking water wells. PCE, trichloroethene (TCE), and cis-1,2-dichloroethene (1,2-DCE) were detected in 16 samples. The elementary school was immediately connected to the City of Belmont water system. Twenty-nine of the neighborhood drinking water wells were taken out of service and connected to the Belmont city water system. Seven residences in the neighborhood were informed of the contamination but chose to continue to use their wells and not connect to city water. .. 2.3 Record of Decision Summary The North Belmont PCE Site, North Belmont Gaston County, North Carolina: Record of Decision (EPA, 1997a) recommended that the groundwater remedy consist of the following: CDM Federal Pro~~ams Corporati~n · 00-03~/3280-096/1212 -' 2-1 I I I I I I I I I I I I I I I I I I I NORTH BELMONT PCESITE """"' * I •Goshen Grove .springw d •North Bel m nt •Catawba Heights / • Cr.a mertD~ COM FEDERAL RAC VIII SITE LOCATION MAP @ NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA NOTTO SCALE FIGURE NO. 2-1 2-2 I I I I SOURCE AREA I I I I I I I I I I I I I I -I .--- •Catawba Heights / @ • era merton CDM FEDERAL RAC VIII SOURCE AREA LOCATIONS NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA I i NOTTO SCALE FIGURE NO. 2-2 2-3 I g g g g g g Section 2 ·Project ·oescription 1. Connection of all homes, churches, arid business in the "North Belmont PCE Area" to the public water supply. 2. . Optional irutall~tion. of carbon. filtern on private wells, including one year of filter operation and maintenance. _ -. · · · 3. Groundwater treatment via in-well vapor stripping. 4 .. In situ bioremediation. 5. Continued analytical monitoring for contaminants in groundwater. The ROD performance goals for.groundwater cleanup are presented in Table 2-1. Table 2-1 ROD Perf~rmance Goals, North Belmont PCE Site, North Belmont, North ·carolina Contaminant Methylene chloride cis-1,2-Dichloroethen_e Trichloroethene .· . Perchloroethene (tetrachloroethene) Bis(2-ethylhexyl)phthalate. _ . Chloroform 1, 1-Dichloroeihene _ Lead 2~4 Site Conceptual Model .. Remediation Level 5 µg/L 70 µg/L 2.8 µg/L 1 µg/L 3 µg/L 1 µg/L 1 µg/L 15 µg/l A detailed descriptioi:,_ of the site conceptual model can be found in the North Belmont PCE Site Remedial Investigation Report (EPA, 1997b), the North Belmont PCE Site Feasibilitt; Study Report (EPA, 1997c), and Final Treatabilitt; Study Evaluation Report (EPA, 2000b). A detailed description of the site conceptual model and known data on the nature and extent of contamination can be found in Section 2 of Appendix A of the Final (100%) Design for Groundwater Remediation Using In-Well Vapor Stripping at the North Belmont PCE Site, North Belmont, Gaston Countt;, North Carolina (Revision 1). 2.4.1 Site Geology The Site is located within the central_ portion of the Charlotte Belt of North Carolina. The rock types that underlie this terrain are dominated by granitic type rocks, metavolcanics, and gneisses and schists of varying types. The rock types are of varying metamorphic grade, and all rock units trend parallel with the strike of the Appalachian Mountains, which is typically northeast to southwest. These same units typically dip to the southeast along with the .regional topographic trend. Structurally, the area is complex with rock units CDM Federa,I Programs Corporation · 00-0341328Q.09611212 2-4 m u 0 0 D 0 D D D 0 D D D 0 Section 2 Project Description displaying one or two -types of metamorphism or structural changes such as faulting or folding, A large, unnamed fault is_located approximately six miles to the west of the Site. -The Site is uhderlain by foliated to massive metamorphosed quartz diorite and massive to weakly folia_ted, hornblende rich granitic type rock. These rock units have undergone periods of deformation that_have produced folding and fracture planes in the rock, as well as brittle zones where the rock is actually crushed, sheared, or faulted in some manner. As these rock types_become weathered, soil profiles develop that are characteristic of the original rock (also referred to as saprolite). 2.4.2 Site Hydrogeology. Regionally, the water beatfug units that underlie the Site and surrounding areas represent an aquifer system consisting of metamorphosed and fractured quartz diorite and granitic type rocks in varying proportions and thicknesses. Geologic structures that produce high- yielding wells include . contact zones of multilayered rock units, zones of fracture · concentration, and stress~relief fracture zones. Previous studies have indicated that wells in Gaston County that are set within granite have an average depth of 165 feet and an average yield of 18 gallons per minute, Within this area, well depths range from 85 to over 1,000 feet and well yields range from 2½ to 116 gallons per minute. The aquifer system underlying the Site generally consists of the saprolite/ partially weathered rock aquifer and the underlying bedrock aquifer; however, interconnection between these units is likely, thereby influencing contaminant transport. Aquifer designations used during the RI for the Site are the saprolite aquifer,_the top of bedrock aquifer, and the bedrock aquifer. 2.5 Remedial Investigation Summary 2.5.1 Remedial lnvestigaHon An RI was conducted by EPA to determine the nature and extent of contamination at the Site (EPA, 1997b), The extent of chlorinated aliphatic hydrocarbon (CAH) contamination · is discussed in detail below; however, the following briefly summarizes conclusions from the RI Report. · 1. · Two source areas have been identified and named Source Area A and Source Area B. 2. The contaminant plume is spreading. Private wells in the vicinity of the Site that were not contaminated in 1991 when EPA first investigated the Site are now contaminated. 3. Contamination detected in the shallow aquifer appears to be localized in Source Area A (Roper's Shopping Center). · · 4. Contaminants have migrated from the shallow aquifer into the top of the bedrock zone and into the bedrock aquifer. Maximum PCE concentrations detected in the saprolite aquifer, the top of_ bedrock aquifer, and the bedrock aquifer during the 1996 RI sampling were 2,200 µg/L, 2,500 µg/L, and 3,500 µg/L, respectively. · CDM Federal Program~ Corporation ~3-4/3280-09a/1 21 2 2-5 0 D D D D D D D D D D D 0 0 0 D 0 D Section 2 Project Description 5. The source of co~tamination in the southern edge of the plume may be either Source Area A or Source Area B. 6. No evidence of residual soil volatile organic ·contamination has been found at_ either source area. Itis believed that the contaminants migrated through the soil directly into the shallow aquifer. · 7. · -There is no evidenc_e of voe impacts to surface water and sediment in the ar~a. . 2.5.2 Summary of Supplemental Investigations · . . . As described· below, two supplemental investigations were performed after the RI. The . first supplemental investigation was conducted during July and August of 1998. The second supplemental investigation was conducted during January and February of 1999. ,, I • • 2.5.2.1 July and August of 1998 As reqttired in the ROD, supplementalfieldw~rk was conducted in July and August of 1998 to further define the nature and extent of Site contamination. Three monitoring wells were . . installed, groundwater samples were collected and analyzed, and a limited well survey was conducted. Details of this investigation are outlined in the Data Acquisitions Report for the North Belmont PCE Site, North Belmont, North Carolina (EPA, 1998a). The following briefly summarizes _the conclusions of this report: ■ Groundwater data indicated that the contaminants of concern identified in the RI (EPA, 1997b) have remained the same. · · . . . ■ The data supported the existing site conceptual model presented in the RI (EPA, 1997b) · with o_nly a slight change in the distribution of voes around the edges of the plumes. ■ The da_ta suggested that limited biotransformation is occurring at the Site. ■ A limited response was obtained from Site residents during the well survey. Additional survey work were required to determine which residents (of the ones not currently connected to city water) desire individual well head treatment units and · which residents desire connection to city water .. 2.5.2.2 January and February of 1999 . A bioassessment field study was conducted in January of 1999 to further investigate the potential for enhancing intrinsic anaerobic biodegradation at the Site and to develop a · conceptual design for this technology. The study consisted of grmmdwater sampling and analysis. The data suggested that enhanced anaerobic biode.gradation (EAB) was a . potentially suitable technology for the Site. Details of this investigation are outlined in the Draft Conceptual Design Report for the North Belmont PCE Site, North Belmont, North Carolina (EPA, 1999) and Section 3 of the Final TreatabilihJ Study Evaluation Report for In Situ . Bioremediatio·n at the North Belmont PCE Site, North Belmont, Gaston CounhJ, North Carolina (EPA, 2000b). COM Federal Programs Corporation • 00-03,(,13280-09811212 2-6 D' ' ' D 2.6 Tteatability Studi Section 2 Project Description The North Bel~ont PCE Site, North'Bel~ont G~ston Counh;, North Carolina: Record of Decision (ROD) (EPA, 1997a) included in situ bioremediation as a potential treatment technology for dissolved phase groundwater contamination at the Site. As indicated in the Data Acquisitions Report for the North Belmont PCE Site, North Belmont, North Carolina (EPA, - · ,1998a), limited data collected from several monitoring wells in December 1997 indicated · a low availability of electron acceptors/metabolic products at the Site. At this point of the site investigation, evaluation of these and other data concluded that enhancement of intrinsic biodegradation processes may have been a feasible technology at the Site. Further investigations were conducted as discussed below. As outlined in the Final TreaiabilihJ Study Work Plan for the North Belmont PCE Site, North Belmont, North Carolina (EPA, 1998b ), additional field data were collected in January 1999; and a laboratory microcosm treatability study was initiated in February 1999 to further investigate the potential of enhancing in situ bioremediation processes using EAB for · remediation of groundwater contamination at the Site. EAB relies on the addition of sufficient organic ~ompounds to contaminated groundwater to induce highly reducing methanogenic conditions necessary. to achieve reductive dechlorination of _chlorinated solvents. _ By inducing highly reducing methanogenic . conditions, EAB may improve both the. extent and rate of dechlorination reactions. Inherent in the technically and economically feasible implementation of EAB is that: (1) site groundwaters have only low levels. of alternative electron acceptors, such that only a minimal addition of organic compound is necessary to achieve and sustain a highly reduced groundwater environment; (2) the existing microbial ecology is capable of dechlorinating PCE to innocuous end-products; (3) the addition of electron donor/ nutrient mixtures will increase the. rate (and extent) of apparent dechlorination reactions; and - (4) EAB can be shown to be protective of human health and the environment while being cost-effective. · · As outlined_ in the Final Treatabilitt; Study Evaluation Report for In Situ Bioremediation at the North Belmont PCE Site, North Belmont, Gaston County, North Carolina (EPA, 2000b), the four criteria listed above for technical and economically feasible implementation of EAB were evaluated. Based on ·evaluations of field and laboratory data collected to date and discussed above, enhancement of intrinsic biodegradation processes is not a feasible technology for remediation of chlorinated solvent contaminated groundwater at the Site. 2.7 Remedial A_ction Strategy Previously the RA strategy was to clean groundwater contamination using in-well vapor stripping and EAB. In-well vapor stripping is proposed to address source area and high concentration portions of the groundwater plume generally within the upgradient regions of the Site. The remaining downgradient portions of the plume were to be addressed using EAB. -However, since_ EAB is not feasible_ at the Site, a different strategy is being _ implemented. · CDM Federal Programs Corporation 00-03<(13280-098/1212 2-7 D D 0 u b m I · Section 2 · Project Description . The phased approach described below will be used to address groundwater contamination . at the Site. · · ■ Phase I includes connection to city water, wellhead treatment, and in-well vapor · . stripping at one of the source areas (Source Area A) and high concentration portions · of the groundwater contamination (not the entire plume) .. Phase I in-well vapor . stripping activities will include the establishment of a baseline for evaluation of the source area treatment (not an entire plume baseline), in-well vapor stripping system .. construction and operations, followed by an evaluation to determine the effectiveness. ■ Phase II operations will address the rernainder of the contamination plume.· The RAs . for Phase II will be determined using the information obtained in Phase I operations. Data gaps will be identified and other studies will be completed if required. · . All historic~! analytical data have been reviewed and the conclusions listed below have been made. These conclusions support the described phased approach. · . . . ■ Source Area A (as represented in MW-6 and eW-6) has recently had comparable or higher voe concentrations when compared to. historical data. This suggests that the area around these wells is the main source area. Phase I in-well vapor stripping will be implemented in and around this source area. Existing analytical data.are sufficient . to implement Phase I activities .. ■ voe concentrations in most non-source area wells have not changed significantly from . historical levels. The exceptions are MW-12 and eW-2, which show an increase in voe concentrations. Although it is likely that the shape for the plume has and is changing, it should not affect implementation of Phase I operations .. 2.8 Goundwater Remediation Using In-Well Vapor Stripping A bioassessment field study was conducted in January 1999 consisting of groundwater sampling and analysis conducted at nine locations in the top of bedrock aquifer and ten locations in the bedrock aquifer. Analytical results from this sampling confirmed the presence of contaminants of concern identified in the RI Report (EPA, 1997b) and in the Data Acquisitions Report for the North Belmont PCE Site, North Belmont, North Carolina (EPA, 1998a) .. The main chlorinated solvents detected were PeE, TeE, and 1,2-DeE and their biotransformation products (vinyl chloride, ethene, and ethane). In-well air vapor stripping was selected as the method to treat the contaminated groundwater. The groundwater remediation system will address groundwater contamination within the three aquifer units (saprolitic, top of bedrock and bedrock) within the Phase I Treatment Area boundaries. eDM Federal will procure a subcontractor to design, install, operate, and maintain the groundwater remediation system. Detailed information about .the groundwater remediation activities can be found in the Final (100%) Design for Groundwater Remediation CDM Fede~l Programs Corporation 00-03-4/3280-09G/1212 2-8 D D D 0 0 D 0 E B I • I I I ' Section 2 Project Description using In-Well Vapor Stripping at tire North Belmont PCE Site, North Belmont, Gaston Cou·nty, North Carolina (EPA, 2000c) which was produced during the remedial design phase of the project. This final design served as the statement of work (SOW) for the Subcontract Award . Documents for Groundwater Remediation Using In-Well Vapor Stripping at the North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina (EPA, 2000d) which was also produced during the remedial design phase of the project. ' . . · The Final (100%) Design for Groundwater Remediation using In-Well Vapor Stripping at the North Belmont PCE-Site, North Belmont, Gaston Counh;, North Carolina (EPA, 2000c) was ·updated and is included as Appendix A of this work plan .. _Minor modifications were required to reflect the results of a recent residential survey and some requirements for supplemental plans stated in the EPA wor_k assignment form (EPA, 2000a). Briefly stated, CDM Federal will procure a subcontractor to design, install, operate, and. maintain the groundwater remediation system. Following system installation, the contaminated groundwater within a defined boundary will be treated within in-well stripping wells, and the effectiveness of the· system relative to performance criteria will be . demonstrated. The progress of the remediation will be tracked by collecting and analyzing system groundwater and vapor samples, determining the hydrologic treatment zone, and collecting and analyzing monitoring well samples. The groundwater remediation system will be_ operated, maintained, and monitored for a startup and demonstration period following installation and for one year thereafter. The effectiveness of the groundwater . remediation system will be evaluated as new data become available, and any changes to the remediation system and its operation that are necessary to improve performance will be made. The same subcontractor implementing in-well vapor stripping will also be responsible for abandoning an estimated 60 residential drinking water wells. For more details concerning the remedial activities associated with this subcontract, refer to the Final (100%) Design for Groundwater Remediation using In-Well Vapor Stripping at the North Belmont PCE Site, North Belmont, Gaston County, North Carolina, Revision 1 contained . within Appendix A. A proposed schedule for completion of this work is presented in Appendix B _and is discussed in Section 5 of this work plan. 2.9 Extension of Existing Water Main, Connection of Individual Residences to City Water, and Installation of Individual Residential Carbon Filtration Units • CDM Federal will procure a subcontractor to construct, test, and operate (RCFUs only) the extension of the existing water main, connection of individual residences to city water, and the installation of individual RCFUs. Detailed information about these remedial activities . can be found in the Final (100%) Design for Extension of Existing Water Main, Connection of Individual Residences to Cih; Water, and Installation of Individual Residential Carbon Filtration Units at tire North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina (EPA, 2000e) which was produced in the remedial design phase of the project. This final design served as an SOW for the Subcontract Award Documents for Extension of Existing Water Main, Connection of Individual Residences to CihJ Water, and Installation of Individual Residential CDM Fede~l Prog~ams Corporation 00-03413280.09611212 2-9 a D 0 ff 0 R D fl u D I Section 2 Project Description Carbon Filtration Units at the Nortli Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina (EPA, 2000£) which was also produced during the remedial design phase of the project. .. ., . . . . . The Final (100%) Design for. Extension of Existing Water Main, Connection of Individual Residences to CihJ Water, and Installation of Individual Residential Carbon Filtration Units at the North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina (EPA, 2000d) was updated and is included as Appendix C of this work plan. Minor modifications were required to reflect the results of a recent residential survey and some requirements for supplemental plans stated in the EPA Work Assignment Form (EPA, 2000a). Briefly stated, COM Federal will proc~e a subcontractor to: . . . . ■ construct the extensio~ of existing water mains to provide city water service to selected · residences, · ■ connect individual residents desiring city water to the water main extension, and · ■ · install, operate, and maintain individual RCFUs to_selected residences:· · · ·. . The necessary water main extensions required to service all resldentiallots ~ be designed and constructed. An estimated 63 residents will be connected to city water. Residents who do not select connection to the water .main extension will receive a connection stub and meter which may be accessed at a later date. An estimated four residents will receive individual RCFUs. . . For more details concerning the remedial activities associated with this subcontract, refer to the · Finai (100%) Design for Extension of Existing Water Main, Connection of Individual Residences to CihJ Water, and Installation of Individual Residential Carbon Filtration Units at tlie North Belmo11t PCE Site, North Belmont, Gaston Counh;, North Carolina, Revision 1 contained · within Appendix C. A proposed schedule for completion of this work is presented in Appendix D and is discussed in Section 5 of this work plan. CDM Federal Programs Corporatio~ 00-03~/3280-491S11212 2-10 I g ' D 0 ,n 'n ' .D D u Section 3 Scope of Work , The objective of CDM Federal' s technical, contr~ctuar; and engineering support services for · RA activities at the North Belmont PCE Site is to help ensure that all work performed is in · .accordance with EPA Region 4 guidance, the SOW, and other appropriate guidance. CDM Federal will procure subcontractors for the following major activities which are included in the services to be. performed as part of the RA: ■ .·· Extension of existing water main and connection of individual resid~nts to city water- the subcontractor will design and construct the necessary water main_ extensions required to service all residential lots as required. Of the estimated 118 residents, 60 have requested city water connection.· The remaining residents will not be connected to the water main btit will receive a connection stub and meter w_hich may be accessed at a later date. ■ Installation, maintenance, and replacement, if necessary, of individual RCFU s..,.. the · subcontractor will properly size and install individual RCFUs atfour residences. · · ·· ■ Groundwater remediation using in-well vapor stripping-·the subcontractor will install, operate, monitor, and maintain the in-well vapor stripping system. The subcontractor will track the progress of the remediation by collecting and analyzing system groundwater and vapor samples, determine the hydrologic treatment zone, and collect and analyze monitoring well samples.· The. effectiveness _of the groundwater . remediation system will be evaluated as new data become available, and any changes to the remediation system and its operation that are necessary to meet the required performance standards will be implemented. The subcontractor will also be responsible for abandoning an estimated 60 residential dr_inking water wells. Thi~ work plan describes the.scope of work, identifies key personnel, and presents the associated level of effort, costs, and schedule for performing the RA activities. The work will be conducted under EPA Contract No. 68-WS-0022 and work assignment number 096- RARA-04QD. The activities described in this work plan were taken from the EPA' s Work Assignment Form (EPA 2000a). For planning purposes, the EPA h;s defined ten tasks from the Wo'rk Breakdown Structure (WBS) that CDM Federal will perform under this work assignment. These tasks include: ■ Task 1-Project Planning and Support ■ Task 2-,Community Relations ■ · Task 3_:oevelopment and Update of Site-Specific Plans ■ Task 4-Procurement of Subcontract ■ Task 5-Management Support ■ Task 6..,-Detailed Resident Inspection ■ Task 8-Remedial Action Implementation . · Cl;)M Federal Programs Corporation 00-034/3280-096/1212 3-1 'P :u :o :u. ·u· 8 io D D D I E I m I · ■ Task 9-Project Performance ■ · Task 10.:.. Project Completion and Closeout ■ Task 11.:... Work Assignment Ooseout _____ ,,_ Section 3 Scope of Work The EPA has deterntlned that thefollowing task is n~t applicable for completing this work assignment:' · · · ■ Task 7-Cleanup Validation A few other subtasks are included to address RAC contractual requirements. They are: Subtask 1.3-External Audit and Review, Subtask 1.4-Quality Assurance, Subtaskl.5- Pollution Liability Insurance, and Subtask 1.6-Conflict of Interest. Each task is described in more detail in the subsequent sections. · . 3.1 Task 1-Project Planning and Support '.This task includes work efforts related to project planning and work plan development . (Subtask 1.1) and project management (Subtask 1.2). 3.1.1 Subtaskl.1-Pr~ject Plalliling CDM Federal prepared this work plan to describe the work effortrequired to complete the assignment. The work plan defines the scope of work, identifies key personnel, and presents the level of effort, costs, and schedule associated with the work assignment. Within 15 days after receipt of EPA' s comments on the draft work plan, CDM Federal will · prepare and deliver three copies of the final work plan addressing EPA' s comments. This work plan is a product of other preliminary steps (as described below) including a scoping meeting between EPA and CDM Federal to discuss the goals of the assignment. 3.1.1.1 Attend Scoping Meeting CDM Federal reviewed the SOW and conducted a scoping meeting with EPA on October 30, 2000, to discuss the work assignment for the purposes of developing the work plans. Meeting minutes were developed and provided to EPA via electronic mail .. 3.1.1.2 Conduct Site Visit (NA) 3.1.1.3 Evaluate Existing Information (NA) 3.1.1.4 Develop Work Plan Project Quality Management Because of the cost and complexity of the project, CDM Federal conducted a~ internal Project Quality Management (PQM) process prior to the development of the Draft Work Plan. Implementing the PQM process was critical to planning the RA. The PQM process was used to develop/detail the RA's (1) technical and scope requirements, (2) critical CDM Federal Programs Co.rporation 00-03-4/32~0-0915/1212 3-2 I ••- I !I ' ii :g :I 0 D D D E Section 3 . Scope of Worl< · succ~ssfactors, (3) activities necessary to meet critical success factors, ( 4) quality assurance . (QA) and quality control (QC) requirements, (5) personnel and equipment needs, (6) cost and scheduie requirements, and (7) PQM action plan. . . ' ' Develop Draft Work Plan After completing the review of the ~~rk assignment SOW, CDM Federal developed this .. Draft RA Work Plan, which includes a detailed description of construction activities, · operations and maintenance, performance monitoring, and an overall management strategy for the RA.. This Draft RA Work Plan is submitted in two volumes. The Technical . .Approach of the RA Work Plan is contained in Volume I, and the Cost Estimate is included in Volume II. Volume I (Technical) contains a discussion on how CDM Federal wm perform the tasks assigned, planning assumptions, staff assigned and their responsibilities· (by task), time lines, and deliverables. Volume II (Cost Estimate) presents the associated cost schedules including subcontractor, travel, and other direct costs, as well as other supporting details sufficient for EPA to evaluate the cost proposal for the project. The Draft. Work Plan received technical, financial, and QA reviews prior to EPA submittal. Prepare Final Work Plan · . After review of the Draft W~rk Pian, EPA will conduct a meeting with CD!v! Federal to negotiate the Volume II Cost Estimate associated with the Volume 1 Technical Approach. CDM Federal will then produce a Final Work Plan. The work plan will receive technical,' financial, and QA reviews prior to EPA submittal. After negotiations with EPA, the Draft Work Plan will be revised to produce the Fina!Work Plan. . ' . . . 3.1.2 Subtask 1._2-Project Management This activity. will include the normal functions of site-specific administration and project management for the duration of the assignment. This does not include any functions that are related to overall RAC program management. Work to be performed under this activity · is described below. 3.1.2.1 · Prepare Periodic Status Reports Monthly project status reports and invoices will be prepared and submitted summarizing project technical and financial management. These reports will be used to track progress of the work assignment and to inform EPA of the project status. These reports will include progress made, problems resolved, anticipated problem areas and recommended solutions, upcoming activities and events, key personnel changes, subcontracting, travel, schedule . performance, and financial status information. 3.1.2.2 Meeting Participation and Routine Communication CDM Federal will be available to attend project meetings with EPA on an as-needed basis. Additionally, the CDM Federal Project Manager will prepare reports of the meetings and will maintain regular communications with the EPA Remedial Project Manager (RPM) at least weekly regarding project status via email and/ or phone calls. For this task CDM Federal estimates one meeting which will be held at EPA Region 4 office in Atlanta. COM Federal Programs Corporarion Q0-(13.(13280-096/1212 ! 3-3 :I :a :a :u 1g :o 0 0 D n n D I II I 3.1.2.3 Maintain Cost/Schedule Control System Section 3 Scope of Work · CDM Federal will develop and inaintain a system to monitor and control the costs and schedule of the work assignment. CDM Federal will supply the process to continuously update the information in the system as a result of engineering network analyses and changing field conditions. The system will have the capability to compare technical progress with expenditures and predictcomple.tion dates and cost to complete information . . CDM Federal will also perform the following additional tasks: ■ Establish a WBS system to track level of effort (LOE) hours cost associated with each· . task. It is assumed that project costs will not be tracked below the task level. ■ Establish and maintain .work assigrunent files. Alr correspondence arid other documentation included in the project file will be assigned a unique document control number· (DCN) under CDM Federal' s document control system. This system, administered by the CDM Federal clerical and contracting staff, allows documents to be efficiei:itiy tracked and retrieved. ■ .· Perform contrac~ administration functions a~sociateci with this ~ork assigrunent. This 'includes activities such as preparing invoices, making payments, preparing financial reports, and other tasks relate_d to the project. ■ · Monitor costs and performance~ Monitoring project costs and performance is mainly the responsibility of the CDM Federal Project Manager. This involves reviewll)g the weekly labor charges, approving expenditures, and tracking the budget. CDM Federal will notify EPA when 75 percent of the approved work assigrunent budget has been · expended. · ■ Coordinate staffing and other support activities to p~rforrn. workassigrunent tasks in accordance with the SOW including team subcontractors and other subcontractors. ·• At the end of each six-month performance evaluation period, provide input to EPA on the CDM Federal performance. ' ' 3.1.2.4 Manage, Track, and Report Equipment Status ·•·· CDM Federal will manage, track, and report the status of all government-furnished equipment and contract-acquired property in accordance with contract requirements. 3.1.2.5 Work Assignment Closeout Project closeout procedures will be implemented upon completion of the work assigrunent. CDM Federal will perform necessary activities to close out the .work assigrunent in accordance with contract requirements. Closeout of the work assigrunent will be divided into two major activities: technical/ financial and work assigrunent files. The closeout of work assigrunent files is outlined in Task 11 Work Assigrunent,Closeout. The technical/ financial activities will include, as appropriate: · CDM Federal Programs Cmporation 00-034132e0-09611212 3-4 ••• I ' . ' I' : ' I I 1: 1: 1. I ' I I I I ' .1: :1:· 1,;,: ■ Closeout of purchase order accounts/ subcontracts ■ Property identification, inventory, and turnover ■ Review and reconciliation of work assignment accounting status Section 3 Scope of Work ■ Review and reconciliation of work plan and work plan amendment approval status ■ Technology transfer database update · ■ Finalization and invoicing of the award fee ■ Submission of the final invoice · · · . . 3.1.2.6 Coordinate .with Locai Emergency Response Teams· CDM Federal will coordinate with local emergency responders to ensure the proper implementation of the Health and Safety Plan and specifically the Emergency Response Plan. CDM Federal assumes that an emergency responder agreement will not be required.· CDM Federal will notify the responders of any changes to the Emergency Response Plan throughout the RA. 3.1.3 Subtask 1.3-External Audit and Review CDM Federal will accommodate any external audit or review mechanism that EPA may require such as Annual Allocation Reports, Financial Monitoring Reyiews, preparation of annual closeout claims, and indirect rate audits/ adjustments. No costs have been included . at this time. If an external audit is required, CDM Federal understands that EPA will fund this task at that time. · · 3.1.4 Subtask 1.4-Quality Assurance All work by CDM Federal on this work assignment will be performed in accordance with the following guidance documents: · ■ CDM Federal RAC Region 8 Standard Operating Procedures, Document No. 3280-999-PP-SOPS-00086, August 23, 1996, Attachment B, Quality Management Plan (QMP). . . . . ■ Sections 3.0 and 4.0 of CDM Federal Programs Corporation Quality Assurance Manual, Revision 8, October 30, 1997. ■ Data Quality Objectives for Remedial Response Activities, Development Process, EPA 540/G-87 /003; Example Scenario, EPA 540/G-87 /004. · ■ Environmental Investigations Standard Operating Procedures and Quality Assurance Manual, USEPA Region 4, SESD, May 1996. ■ Guidance for Quality Assurance Project Plans, EPA QA/G-5, EPA 600/4-98-018, U.S. EPA, ORD, 1998. Key components of the QA/QC program for.this project are outlined below. The project manager is responsible for including QC requirements referenced or defined in this work plan. CDM Federal Programs Corporation 00-03413280-09&/1212 3-5 II. ,, ' I I! I I I I' ! : 1: I: 11 Technical Review R;quirements. Section 3 Scope of Worl< Technical review requirements in the RAC 8 QMP will be followed on this work • assignment. Project File Maintenance and Storage . Project file maintenance, storage, and control for all tasks in this work assignment will· be conducted at the CDM Federal RAC Region 8 Program Management Office in Golden, . Colorado. Under the RAC VIII contract, all documents associated with this work assignment will .be tracked using CDM Federal' s RAC 8 Document Control and Tracking · System. The RAC .8 Document Control and Tracking System will be used for assigning document control numbers to all documents generated or received by CDM Federal. . Copies of all documents will be maintained in the central file located in Golden, Colorado. office by the RAC 8 System Administrator. This system can be used to locate copies of documents i:m an as-needed basis and simplifies the inventorying during project closeout. The Project Manager will maintain a working project file in the Oak Ridge office . throughout the project duration. During project closeout, the local project file will be compared to the central file copy and all duplicates will be discarded. Additional QC Measures . . No additio~al QC m~asures besides those which have been specified are anticipated. QA Review Requirements· All CDM Federal RAC 8 work assignment Work Plans and Quality Assurance Project Plans (QAPPs) are reviewed by the QA staff prior to submission to EPA. Reports that present measurement data, procurement documents and responses and purch.ase requisitions for measurement and testing items will also receive a QA review. · QA Audits The RAC 8 QA program includ~s both performance and system audits as independent checks on the quality of data generated on this work assignment. Performance audits.are quantitative checks most appropriate to sampling, field measurements, and laboratory analysis activities. System audits are qualitative reviews of project activity to check that the overall quality program is functioning and that the appropriate QC measures are being implemented. . .· System audits may be conducted in the office, field, or laboratory. For this assignment, the RAC 8 QMP requires the following audit frequency: · ■ One office system audit per year. Deviations from the RAC 8 QMP/RAC s. QAPP · CDM Federal will follow EPA Region 4 SESDStandard Operating Procedure and Quality Assurance Manual to guide field work rather than the guidance listed in the RAC 8 QMP. In addition, if any sample analysis program becomes necessary, SESD may be used in CDM Federal Programs Cmporation 00-DW3280-091511212 , 3-6 I ' I I D ' ' ,, I I ' u I I I D I I I ·. ·section 3 Scope of Work addition to CLP for analysis father than the Region 4 Brokering Service described in the RAC8QAPP. . . · 3.1.5 · Subtask 1.5-Pollution Liability Insurance· Pollution liability insurance p~emiurn (PU Premium) allocable to this work assignment is included in this subtask. For purposes of estimating the PU Premium, CDM Federal has · used the most recent quote received as the basis of calculation. This quote was received for CDM Federal' s RAC and Alternative Remedial Contract Strategy contracts and equates to · a rate of 0.524 per $100 of revenue. CDM Federal will update this estimate should an _updated quote be_ received prior to negotiation. . · · 3.1.6 Subtask i.6-Conflict of Interest CDM Federal will prepare and submit a Conflict of Interest (COI) Certification for the . referenced work assignment (096-RARA-04QD). · · · 3.2 Task 2-Community Relations CDM Federal ~ill provide comm~ty relations support for the Site in accordance with the· · · EPA guidance entitled Community Relations in Superfund: A Handbook (EPA, 1998c). · . . 3.2.1 Subtask 2.1-Develop Community RelationSPlan (NA) . 3.2.2 Subtask 2.2-Prepare Fact Sheets CDM Federal will provide technical support to EPA in the preparation of fact sheets to inform the public about activities related to the remedial activities. It is assumed that EPA will be responsible for the actual production of the fact sheets. 3.2.3 Subtask 2.3-Public Meetings and Availability Support 3.2.3.1 Technical Support CDM Federal will be available for public meetings and availability sessions and will conduct community relations support in accordance with Community Relations in Superfund- A Handbook (EPA, 1988c). CDM Federal will assist the EPA RPM in providing technical support that may include preparing technical input to news releases, briefing materials, · arranging other community relations vehicles (i.e., Site tours), and assisting the EPA RPM in coordination efforts with local agencies. · · · · 3.2.3.2 Logistical and Presentation Support CDM Federal will provide logistical and presentation support including, but not limited to, the following: coordination for the meeting place logistics ·and preparation of slides, exhibits, or other audio visual materials, as requested by EPA. 3.2.3.3 Public Notice Support (NA) CDM Federal Programs Corporation 00.034132BG-09e/!212 3-7 I I I I I I I ' I I,, I'. I, :I: Section 3 . Scope of Work 3.2.4 Subtask 2:4-Maintain Information Repository and Mailing Lists (NA) . 3.3 Task 3-Site-Specific Plans Site-specific plans we;e not prepared during the remedial design (RD). Site-specific plans are included in the scope of the two major subcontractor procurement packages with the exception of the Groundwater Monitoring Plan .. CDM Federal will review all subcontractor plans and will prepare a Groundwater Monitoring Plan. It is assumed that EPA will · conduct concurrent reviews of subcontract submittals ... 3.3.1 Subtask 3.1-Update Site Management Plan After EPA approval of the RA Work Plan, the subcontractors will prepare the Site Management Plan (SMP), and CDM Federal will review. . . . 3.3.1.1 Update Health and Safety Plan · The subcontractors will prepare a site-specific health and safety plan that addresses overall · health and safety considerations for all personnel on-site. CDM Federal will review the _completed health and safety plan. 3.3.1.2 Update Sampling and Analysis Plan Although the Work Assignment Form states that this task is not required, it was decided during the October 30, 2000, scoping meeting that the preparation of the Groundwater Monitoring Plan will be included in this task. · · The plan will cover monitoring of groundwater ~ithin the plume area of the Site and will be in addition to monitoring that occurs as part of the source area remediation activities. The objectives of this plan will be to: ■ Monitor the effect of source area remediation activities on downgradient contaminant distributions and . ■ Monitor the fate and transport of groundwater contaminants within the plume area, specifically regarding potential expansion of the plume area. The initial task in development of the plan will be to create maps showing the locations of existing monitoring wells that are screened in the top of bedrock and bedrock aquifer units. · There currently are no shallow aquifer unit monitoring wells. Based on these maps, recommendations will be made for locating new monitoring wells in each of the aquifer units to meet the objectives of the plan. The plan will refine, as necessary, the objectives listed above and will present data quality objectives. The plan will also identify monitoring locations, parameters, frequencies, and . methods (including waste management). A section of the plan will be devoted to QA/QC methods, including equipment operation, maintenance, and standardization. Reporting CDM Federal Programs Corporation 00-034/328~D6/1212 3-8 I I I I D m I I I I I I I Section 3 Scope of Worl< • · · requirements will also be defined. Standard operating procedures ~d fi~ld forms. will be. presented as appendixes to the plan. · The plan should be a· "living document," in that it will require updating as data become available, site conditions change, and source area remediation continues. 3.3.2 · Subtask 3.2-Update Pollution Control and Mitigation Plan The subcontractors will prepare a Pollution Control and Mitigatio~ Plan that outline; the process, procedures, and safeguards that will be used to ensure contaminants or pollutants are not released off-site during the implementation of the RA. CDM Federal will review · the _completed Pollution Control and Mitigation Plan. 3.3.2.1 Update Transportation and_ Disposal Plan (W~ste Management Plan)· The subcontrac·tors will prepare a Transportation and Disposal Plan that outlines how . wastes that are encountered during the RA'will be managed and disposed of.· The : procedures that will be followed when wastes will be transported off-site for storage, treatment, and/ or disposal will be spedfied. CDM Federal will review the completed. Transportation and Disposal Plan. · · 3.3.3 Subtask 3.3-Prepare Construction Quality Assurance (CQA) Plan · · · The subcontractors will prepare a Construction Quality Assurance Plan as part of the final design documents. The CQA Plan will outline the necessary steps to inspect and sample construction materials (i.e., membranes, concrete) and to ensure the overall quality of the constructed project.· The CQA Plan will be in accordance with Construction Qualitt; Assurance for Hazardous Waste Land Disposal Facilities (EPA, 1986) and will include the following elements. · ■ Responsibility and authority of all organization and key personnel involved in the RA construction. ■ CQA Personnel Qualifications~CDM Federal will establish the . qualifications of the CQA Officer and supporting inspection personnel. minimum ■ Inspection Activities-CDM Federal will establish the observations and tests that will be required to monitor the construction and/ or installation of the components of the RA. The plan will include the scope and frequency of each type of inspection to be conducted. Inspections will be required to verify compliance with environmental requirements and include, but not be limited to, air quality and emissions.monitoring . records, waste disposal records, etc. Inspections will al_so ensure compliance with all health and safety procedures. · ■ Documentation-CDM Federal will describe the reporting requirements for CQA activities.· T_his will include such items as daily summary reports and inspection data sheets. CDM _Fed~rai Programs Corporation 00·03-4/3280-096/1212 3-9 I I I I I I I I I I I I . Upon completion of'the CQA Plan, CDMFederal will re;iew. 3.4 Task 4.,;,;,Procuremeilt of Subcontract Section 3 Scope o/Worl< The purpose of this task is to solicit, e;aluat~, s~lect, and award the necessary subcontracts to construct and implement the RA. CDM Federal will perform the procurement activities in the following subtasks. As discussed previously, two separate subcontracts will be executed. The in-well vapor stripping 5.ubcontract will be procured as a Request for Proposal (RFP). The water main extension subcontract will be procured as an Invitation for Bid (IFB),. . . . . 3.4.1 Subtask 4.1-Pre bid (Pre-Solicitation) Activities 3.4.1.1 Printing and Distribution ~f Contract Documents CDM Federal will update and review the subcontract documents prepared under the RD. CDM Federal will incorporate information and comments obtained from the City of Belrri.ont from a review the city will conduct on the procurement package SOW. CDM Federal will print and distribute to prospective bidders the contract documents after being : finalized. · 3.4.1.2 Advertising/Soliciting of Bids . CDM Federal b~lieves sufficient resources exist (from previous work and other sources) to identify local subcontractors to bid on the water rriain extension remedial activities without advertising this portion of the work. However, CDM Federal does plan to advertise the in- well vapor stripping scope of work. CDM Federal will perform the following for both remedial activities: · · ■ arrange and attend pre bid meetings to provide clarification on plans, specifications, and contract documents to all bidders; ■ resolve bidder inquiries and document all contact with potential bidders, and issue amendments to contract documents if additional information becomes available that all bidders should be made aware of after solicitation; and ■ participate in on-site visits that may be required to further clarify the services required. · 3.4.1.3 Readvertise fResolicit Bids If necessary, CDM Federal will readvertise and resolicit bids in accordance with the Federal Acquisition Regulations requirements. For purposes of costing, it is assumed that this activity will not be required. CDM Federal Programs Co[poration oo-o34J32eo.0~1212 3-10 :m I in ' ·o I l, ' I I I I ' ' • ' I I I I I ; I: I 1·: 3.4.2 Subtask 4.2--Pre-award Activities 3.4.2.1 Receipt of Bids (Offers) Section 3 Scope of Work ' After the receipt of all bids within the solicitation period, CDM Federal .;_,ill perform the necessary activities to review, compile, and evaluate all bids received. CDM Federal will conduct any necessary reference checks to ensure the qualifications of responsible bidders. As discussed previously, the in-well vapor stripping and water main extension subcontracts will be procured using RFP and IFB processes, respectively. The bids for these subcontracts will be evaluated in accordance with the criteria established in Subcontract Award Documents for Groundwater Remediation Using In-well Vapor Stripping at the North· Belmont PCE Site, North Belmont, Gaston Countt;, North Carolina (EPA 2000e) and Subcontract Award Documents for Extension of Existing Water Main, Connection of Individual Residences to Citt; Water, and Installation ofindividualResidential Carbon Filtration Units at the North Belmont PCE Site, North Belmont, Gaston Countt;, North Carolina (EPA 2000f). These documents will be updated as indicated inSubtask4.1.1, Printing and Distribution of Contract Documents. 3.4.2.2 Receipt of Follow-up Items from Responsible Bidder(s) (Offerors) CDM Federal will request the necessary follow0up items (i.e., subcontracting plans) from the responsible bidder(s), if the follow-up items are evaluated as part of the selection criteria or in accordance with the requirements of the solicitation. 3.4.2.3 Review of Equal Employment Opportunities (EEO), MBE Requirements, Small Disadvantaged Business (SDB) Subcontracting Plans CDM Federal will review the bidder(s) plans to ensure that the successful bidder meets the requirements set forth in the bidding documents. 3.4.2.4 Request for Consent from EPA After a comprehensive review of the successful bidder's submittals, CDM Federal will request EPA' s consent to award. · · 3.4.3 Subtask 4.3-Post Award Activities 3.4.3.1 Attend Post Award MeetingsfPreconstruction Conference CDM Federal will arrange and conduct the necessary post award meetings with the successful bidder(s), including the preconstruction conference. The purpose of the preconstruction meeting(s) is to develop common goals, lines of communication, and construction-specific procedures. CDM Federal will prepare a meeting agenda, invite key personnel, and prepare minutes of the meeting. 3.4.3.2. Review Permits, Insurance, Bonds . CDM Federal will review the successful bidder's permit plan, insurance coverage, . warranties, and bond to minimize site risks and potential financial damages. CDM Federal Progrnms Cmporation 00.034/32ao-o9G/1212 3-11 :I :I :1 I I I I I I 3.4.3.3 Reyiew and Approve RA Subcontractor's Schedule Section 3 Scope of Work CDM Federal ~ill review the successful bidder's schedule and evaluate that schedule in regards to the overall project schedule. 3.4.3.4 Re;iew and Approve RA Subcontractor's Measurement and Payment. · Schedule. · CDM Fed~~al will review and approve subcontractor's measurement and payment schedules as required. . 3.4.3.5. Review and Approve RA Subcontractor's Submittals-Issue Notice to Proceed (NTP) . CDM Federal will review and approve subcontractor subrnittals. Once the reviews are complete, CDM Federal will issue a Notice to Proceed to the appropriate subcontractor. 3.4.3.6 Review Revisions/Addendum of RA Subcontractor's Submittals . . '· . . If required, CDM Federal will review. revisions and addendums subrnitt~d by the . subcontractor. · · · · · 3.5 Task5-Sub~ontra_ct Management Support The purpose of this task is to.provide management and oversight of the subcontractor(s) responsible for remedial construction. This task begins with CDM Federal issuing a Notice to Proceed to the constructor and ends with the completion of the RA and final payment to the· constructor. CDM Federal will institute procedures, monitor progress, and .maintain systems and records to ensure that the work proceeds according to requirements specified in the contract documents. . . 3.5.1 Subtask 5.1-Financial Management 3.5.1.1 Review/ Approve Invoices. · · CDM Federal will promptly review and approve progress payments as determined prior . to construction in the Measurement and Payment Schedule. 3.5.1.2 Review/Approve Subcontract Modifications CDM Federal will promptly revie:.V any.necessary subcontract modifications, confer with EPA (as required), and approve appropriate changes. 3.5.1.3 Maintain Tracking Systems · CDM Feder~! will maintain the necessary tracking ·systems to monitor quality of work, resource requirements, and cost and schedule status. ■ Construction Codes of Accounts ■ Work Breakdown Structure ■ Schedule_ · CDM Federal P_rograms Corpor'ation 00-034/3280-09611212 3-12 .. -···------· II I :1 .I ii :m :1 :I ·g ,g u 8 10 :o D E I m E m 3.5.2 Subtask 5.2~Cost Monitoring· 3.5.2.1 Weekly/Monthly Tracking Section 3 · Scope of Work · CDM Federal will' perform subcontractor cost tracking as required throughout the execution of the RA. · 3.5.2.2 Analyze Progress Payments CDM Federal will monitor ·costs of the subcontractor(s) in relation to the· status of· construction .. or percentage of work completed. CDM Federal will track and project progress payments to ensure the overall financial progress of the Rt\. 3.5.2.3 Monitor RA Subcontractor for Compliance with Davis-Bacon Act Certification will be obtained from subcontractors during the procurement stages to ensure . compliance with the Davis-Bacon Act. Itis assumed that no further compliance monitoring . will be required. · · · · 3.5.3 Subtask 5.3-Engineering Support 3.5.3.1 Review Field Logs On a weekly basis, CDM Federal will review the field logs that document. the daily activities and inspections. CDM Federal will provide recommendations to improve site operations and inspections, if required. . . Also included in this subtask is the sc~pe to review detailed design documents during the remedial activities. Because performance-based designs were completed during the remedial design phase of the project, additional detailed design work will be completed by the subcontractor. CDM Federal will review all design documents, specifications, and ~ork plans prepared by the subcontractor. It is assumed that EPA will perform concurrent review of subcontractor submittals with CDM Federal. 3.5.3.2 Periodic Attendance at Meetings As required, CDM Federal will attend construction-related meetings to provide design· clarification and technical support. Meeting minutes will be published. For costing purposes, it is assumed that one meeting will be required for both subcontracts. 3.5.4 Subtask 5.4..:.. Engineering Support Option 3.5.4.1 Review Field Change Requests CDM Federal will review any changes to the construction documents ~nd specifications · due to actual field conditions and submit to EPA for review and approval. 3.5.4.2 Review VE Proposals It is assumed that no value engineering proposals wm be submitted during the RA. CDM Federal Programs Corporation 00--034132110.09811212 3-13 :1 ;I I. :I I :1 :1 ;I ' ·a .g u D B m 3.5.4.3 Review Non-Conformance Reports · CDM Federal will review non-conformance reports. · 3.5.4.4 · Review Re-D~sign Propo.sals It is assumed that no readesign proposals will be required. Section 3 Scope of Work 3.6 Task 6-Detailed Resident Inspection (Resident·· Engineer) This task incli.td~s the field supervision and documentation of the RA constructor's work as it proceeds on-site:· The task begins with the constructor's mobilization to the Site and ends with the final inspection. CDM.Federal will provide the necessary personnel to observe the. constructor's daily activities, procedures, and inspections on behalf of EPA. 3.6.1 Subtask 6.1-:-Attend Periodic Meetings '• CDM Federal will attend ~y meetings, as required, to provide cl~rification on ccintra~t docume~ts and specifications. .• 3.6.2 Subtask 6.2-Provide Field Presence and Oversight CDM Federal will provide a professional to observe and document the daily field activities of the constructor. This professional will be on-site during periods in which major construction or testing is occurring .. Unless problems arise, it is assumed that only one professional will be on-site at any given time. However, if problems arise, more than one professional will be on-site to cover construction activities associated with both major remedial activities. 3.6.2.1 Maintain Field Logs and Daily Diaries CDM Federal professionals will be on-site for construction activities and will maintain field · Jogs and daily diaries. . , 3.6.2.2 Interpret Subcontract Documents The on-site professional will interpret subcontract documents. 3.6.2.3 Develop Sketches Reflecting Field Conditions The on-site professional will develop sketches reflecting field conditions. 3.6.2.4 Review Submitted Construction Drawings The on-site professional will review submitted construction drawings. 3.6.2.5 Prepare Reports on.Inspections Periodic inspections will be conducted. Inspection results will be reported under , Subtask 1.2.1, Prepare Periodic Status Reports. CDM _,_F_ederal Programs Corporation · 00-034/3280-09611212 3-14 'I I 0 :0 :u ' 0 D ' Section 3 . Scope of Wolk · 3.6.2.6 Monito~'. Update, and Rep'ort Construction Progress . Construction progress will be monitored. During construction, progress will be reported . . to EPA via weekly e-mails. Schedule updates will be provided, as required, to EPA as an attached file to these e-mails. · 3.6.2.7 Review/Recommend Time Extensions Time extenslons will be reviewed by the on-site professional and recommendations will be provided. · · · · 3.6.2.8 Coordinate with Hom~ Office/Management sU:pport . The Resident Engineer will coordinate with the home office and management support as required. 3.6.2.9 Perforci Davis-Bacon Act Inspections As discussed during the October 30, 2000, scoping meeting, the Resident Engineer will not perform Davis-Bacon Act inspections. · · · 3.6.2.10 Conduct Final Inspection A final inspection will be conducted for both remedial a~tivities prior to beginning the O&M phase of the RA. The following activities will be completed. · ■ Conduct Site walkover . ■ Prepare Draft Final Inspection Report ■ Respond to comments ■ · Prepare Final Inspection Report . 3.6.3 Subtask 6.3.:.... Provide Engineering Support to Design Team· 3.6.3.1 Recommend Actions on Health and Safety Considerations The on-site professional will recommend actions on health and safety concerns. 3.6.3.2 Provide Support on VE Proposals. It is assumed that no value engineering proposals will be produced. 3.6.3.3 Review/Recommend Design Changes The on-site professional will review design changes and make recommendations. 3.6.3.4 Provide Support on Change Order Requests The on-site professional will assist in the evaluation and processing of change order requests. COM Federal Programs Cmpo':'tion 3-15 0G-03-41321!0-l»6/1212 .I ' ii ii :1 ,g u H 0 E I Section 3 Scope of Work ·. 3.6.3.5 Provide Support in Claims Resolution The on-site professional will maintain records fo support the resolution of any claims filed by the constructor. · · · · · · 3.6.3.6 Provide Supp~rt for Construction Schedule Changes The on-site profe~~ional will provide support for construction schedule changes. 3.6:4 Subtask 6.4-Perform Field Testing . CDM Federal will provide oversight of the subcontractors performance testing during construction. For in-well vapor stripping, it is assumed that CDM Federal will oversee the pre-design sampling, performance testing, and tracer testing. For the water main extension, CDM Federal will oversee ,the performance testing. CDM Federal will not perform ·-confirmation ·sampling or field testing ... These activities will be performed. by the subcontractor. · · · · 3.6.5 Subtask 6.5..,... Monitor Q~ality Assurance/Quality Control Procedures 3.7 ·Task 7-Cleanup Validation (NA) 3.8 Task 8-Remedial Action Implementation (Subpool· Activities) · · · · ' ' ' The purpose of this task is to provide CDM Federal with a structure for recording the activities performed and the costs incurred by the constructor and any subcontractors ·during RA implementation. A funding reserve is allocated in this task to account for unforeseen site conditions and associated adjustments (i.e., change o·rders). The subcontractor costs for the in-well vapor stripping do not include optional items such as additional O&M, treatment system removal, and transition to a new operator. Refer to Section 4 for more information on optional items not included within the base scope of this work plan. 3.8.1 Subtask 8.1-Remedial Action Subcontract Cost CDM Federal will monitor and track the costs associated with the constructor's implementation of the remedy. Cost estimates for the two major remedial activities were produced during the RD and can be found in Miscellaneous Design DocumentsAssociatedwith the In-Well Vapor Stripping System at the North Belmont PCE Site, North Belmont, North Carolina (EPA, 2000g) and Miscellaneous Design Documents Associated with the Extension of the Existing Water Main, Connection of Individual Residences to CihJ Water, and Installation of Individual Residential Carbon Filtration Units at the North Belmont PCE Site, North Belmont, · North Carolina (EPA, 2000h). These cost estimates were updated to reflect results from the · residential survey and unit price information provided to CDM Federal by EPA during the RD. CDM Federal P~ograms Corporation 00-03-413211(}.096/1 212 3-16 :1, I :1 '.I D D D E I I Section 3 Scope of Worl< . 3.8.2 Subtask 8.2-Rernedial Action Reserve (15°io of Remedial Action Subcontract) · CDM Federal .;_,ill monitor and track the reserve in relation to any approved change orders . and no~ the RPM when 75% of the reserve has been expended, 3.9. Task 9-Project Performance (Operation and Maintenance) . The purpose of this task is to perform the activities necessary to protect the ~tegrity of the remedy and to evaluate system performance, .This task begins during the later stages of construction with the revision of the Operation and Maintenance (O&M) Manual and ends · with submittal of final technical memoranda summarizing project performance. · 3.9.1 . Subtask 9.1-Operation and Maintenance .... . . - ' 3.9.1.1 Review O&M Manual . CDM Federal will revie.;_, the in-well vapor stripping O&M Manual prepared by the subcontractor; which may include as-built drawings and equipment data sheets. The revised manual will be submitted to the RPM 30 days prior to the start of operation. This review will analyze the following: . ■ Describe/ Analyze Potential Operating Problems ■ Review Conformity to Applicable Performance and Operations Requirements CDM Federal will also review O&M documentation prepared for the RCFUs. 3.9.1.2 Ensure Adequate Training for O&M Staff The in-well vapor stripping subcontractor will be responsible for all O&M activities associated with that remedial activity. The in-well vapor stripping subcontract has a one . year base O&M period with an option for up to ten additional quarters of O&M. The in- well vapor stripping subcontract also has an option which requires the subcontractor to transition to a new system operator. This option will require the subcontractor to train personnel selected by CDM Federal and/ or EPA. This work plan was written and costed assuming that this option would not be exercised, Therefore, it is assumed that EPA would fund this task at a later date if required. Refer to Section 4 for more information on in-well vapor stripping options .. . . 3.9.1.3 . Develop Corrective Action Plans CDM Federal will identify any potential system failures and develop corrective action plans, if necessary. 3.9.1.4 Rev~ew Records/Reporting Requirements CDM Federal will review records and data produced during the O&M of the in-well vapor stripping and RCFU activities, CDM Federal_Progra~s COrporntion 00-03413280-09811212. 3-17 I I D I I I I I I · · 3.9.1.5 Revi~w Laboratory Procedures COM Federal will review. subcontractor laboratory procedures, . . . . , . 3.9.1.6 Review Process Systems : · COM Federal will revie.w process systems as required: 3.9.1.7 Review Safety and Emergency Systems Section 3 Scope of Work COM Federal will perform the necessary reviews of safety and emergency systems . . . 3.9.1.8 Review Warranty Information and Files · COM Federal will review warranty information and files as required. · . 3.9.2 Subtask 9.2'."'" System Performance 3.9.2.1 Evaluate Equipment including Operating Parameters and Performance . -· .• . . At a minirr{urn, the · performance data to be collected will be as needed to satisfy the requirements for preparing the Cost and Performance Reports required under Section 3. 9.3, · . Report Project Performance. · · · · · 3.9.2.2 Performance Tests Oversight . COM Federal will oversee any performance tests conducted by the constructor a:r,_d document procedures and results. Subcontractor performance testing requirements are described in the RD which is included in Appendixes A and C of this work plan. 3.9.2.3 Gather arid Test Samples .No samples will be collected by COM Federal. COM Federal will provide oversight of sampling during O&M of the in-well vapor stripping and RCFUs. 3.9.3 Subtask 9.3-Report Project Performance • 3.9.3.1 Develop Draft Technical Memoranda and Cost and Performance Report COM Federal will prepare a· technical memorandum to summarize the system's performance and required O&M procedures. COM Federal will also prepare a Cost and Performance Report in. accordance with the guidance document entitled Guide to Documenting Cost and Performance for Remediation Projects, Publication EPA-542-B-95-002 (EPA 1995). The report will summarize the performance data collected under Section 3.9.2.1 as well as project costs. The Draft Technical Memoranda and Cost and Performance Report will be submitted to the RPM 30 days prior to the final inspection. 3.9.3.2 Respond to Comments CDM Federal will respond to any comments from EPA' s review of the Draft Technical Memoranda and Cost and Performance Report. · CDM Federal Programs Co 0 rporation 00-03.()3280·09611212 3-18 I :1 I :1 I I 0 D m I I Section 3 Scope of Work 3.9.3.3 Prepare Final T.echnical Memorandum and Cost and Performance Report After receipt of EPA comments, CDM Federal will prepare the Final Technical Memoranda and Cost and Performance Report within 10. days. . . . · 3.10 Taskl0-Project Completion and Close Out The purpose of the project completion and c!6se-out activities is for CDM Federal to conduct the necessary inspections to. verify completed work, make final payments, close out subcontracts, and prepare a RA Report. . . · 3.10.1 Subtask 10.1-Demobilization 3.10.1.1 Removal of Temporary Facilities The subcontractors will pack up and m6ve off-site any temporary fa~ilities (i.e., trailers) or equipment used during the course of the RA. Removal of the treatment system is not included under the scope of this work plan. Refer to Section 4 for more information on this option .. . 3.10.1.2 Site Restoration At the direction of the RPM and CDM Federal, the subcontractors will conduct reasonable activities that restore the physical appearance of the Site (i.e., road restoration, fence removal, limited landscaping). · · 3.10.1.3 · Termination of Engineering Support Activities· CDM Federal will terminate engineering support activities during demobilization. 3.10.2 . Subtask 10.2-Pre-fina]/Final Activities 3.10.2.1 Make Pre-fina1/Final Inspection CDM Federal will conduct the prefinal inspection with the subconstructor and develop a punch list of deficiencies. CDM Federal will prepare and submit a pre-final inspection report which includes the list of deficiencies, completion dates for outstanding items, and the date for the final inspection. 3.10.2.2 Make Lockout Inspection CDM Federal will arrange for the final lockout inspection and determine if all terms of the contract have been satisfied. · 3.10.3 Subtask 10.3-Final Paymenf/Punch List 3.10.3.1. As-built Resolution/Certification As-built resolution and certification will be performed by the RA subcontractors. CDM Federal Programs Corporation 00.034/32~0.09M 212 3-19 I I I I :m !I I :D '· 0 Section 3 Scope of Work 3.10.3.2 Trial Period Oversight This activity is not required for the remedial activities. 3.10.4 Subtask 10.4-Remedial Action Report •· 3.10.4.1 Prepare Draft Remedial Action Report . . . . CDM Federal will prepare and submit to the RPM the RA Report, in accordance with the fact sheet entitled Remedial Action Report, Documentation for Operable Unit Completion, Publication 9355.0-39FS (EPA, 1992). The report will summarize RA events, performance standards and construction QC, construction activities, final inspection, certification that the remedy. is operational and functional, O&M, and RA costs.· · , . 3 .. 10.4.2 Respond to Comments CDM Federal will respond to any comments from EPA' s review of the Draft RA Report. ' . -. 3.10.4.3 Prepare/Issue Final Remedial Action Report Afte~ receipt of EPA comments, CDM Federal will prepare and submit the Final RA Report to the RPM. . .. ~.11. Task 11-Work Assign~ent Closeout 3.11.1 Subtask 11.1-Return Documents to Government CDM Federal will return to EPA any background documents obtained from EPA to complete this assigrunent. 3.11.2 Subtask 11.2-Duplicate, Distribute, and Store Files CDM Federal will duplicate, distribute, and store project files as part of the work assigrunent clo.seout task. This task includes: · · ■ collection and organization cif work assigrunent files, ■ file inventory and shipping, ■ QC review, and· ■ · file duplication and disposition. 3.11.3 Subtask 11.3-Archive Files . CDM Federal will archive a set of the project files in accordance with RAC VIII contract requirements.· 3.11.4 Subtask 11.4-Prepare Microfiche, Microfilm, and Optical Disk CDM Federnl will prepare microfiche, microfilm, and optical disks as required . . CDM Federal Programs Corporation OG-034/3280-09&'1212 3-20 I I I. I I I I I I I I I 'I I :D D E . . · 3.11.5 Subtask 11.5-Prepare Closeout Report .. · Section 3 Scape of Work CDM Federal will ir{cl~de a breakdown on disk of final costs and level of effort (by P-level) in the same detail and format as· the WBS. · . · · · · A work assignm~nt closeout report will be prepared and submitted upon completion of the work assignment. Prior to completion of the report, work assignment file closeout and transfer activities_ will include the following:·. ■ Ooseotit of purchase order accounts · ■ · Property identification, inventory, and turnover ■ Review and reconciliation of work assignment accounting status ■ Review and reconciliation of work plan and work plan amendment approval status ■ Technology transfer database update. . ■ · Finalization and invoicing of the award fee ■ Submission of the final invoice CDM Federal Programs Corporation 00-03-413280-09e/1212 3-21 I I. I I I I I I I Section 4 Optional Items·. This section summarizes the ~arious optional items described in the Final (WO%) Design for Groundwater Remediation Using In-Well Vapor Stripping at the North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina (EPA, 2000c). An updated version of the final design is included in Appendix A of this work plan. · These optional items are provided as additional subcontractor activities, which can be initiated based on a decision by EPA and . CDM Federal. It is assumed that EPA will fund these tasks if they are required. Although the following optional items are not considered within this scope of work, the cost ·estimates for each item are included in Volume Hof this work plan. 4.1. Option 1 ~ Additional O&M After the one year of O&M has been completed, the Subcontr_actor may be contracted to provide O&M services on the remediation system for an additional period of time. O&M services will be contracted on a quarter-year basis (90 calendar days) for up to ten quarters of additional O&M. · · · · · · · · _ 4:2 Option 2-Saprolite Aquifer Treatment Wells If a modification to the groundwater remediation goals or perfo~mani:e standards wa~rant additional ·treatment wells, the option for additional treatment wells may be exercised. The Subcontractor will install the wells and provide all necessary supplies and services for the . installation. This option includes' the installation of up to five saprolite aquifer treatment wells. - 4.3 Option 3-Top of Bedrock Aquifer TreatmentWells . . . If a modification to the groundwater remediation goals or performance standards warr~nt _additional treatment wells, the optiori for additional treatment wells may be exercised. The Subcontractor will install the wells and provide all necessary supplies and services for the installation .. This option includes the installation of up to five top of bedrock aquifer treatment wells. · · 4.4 Option 4-Bedrock Aquifer Treatment Wells If a modification to the groundwater remediation goals or performance standards warrant additional treatment wells, the option for additional treatment wells may be exercised. The Subcontractor will install the wells and provide all necessary supplies and services for the installation. This option includes the installation of up to five bedrock aquifer treatment wells. CDM Federal Programs.Corporation 00.03413280-rul&/1212 4-1 -----------······ I I I I I I I. I ,· I , . I :1 :g I u D E I I I I I 4.5 Option' 5-Treatment Well Piping Section 4 Optional Items · If a modiflcation to the groundwater remediation goals or perfor~ce standards warrant additional treatment wells, the option for additional treatment well piping may be · exercised. The Subcontractor will install the treatment well piping to connect additional treatment wells and provide all necessary supplies and services for the installation. This . option includes the installation of up to 3,000 linear feet of treatment well piping. . 4.6 Option 6.,;.. Saprolite Aquifer Monitoring Wells If a ~odification t~ the groundwater remediation goals or performance standard~ warrant additional monitoring wells, the option for additional monitoring wells may be exercised. The Subcontractor will install the wells and provide all necessary supplies and services for the installation. . This option includes the installation of_ up to five saprolite aquifer monitoring wells. · 4.7 Option 7 "'"'." Top of Bedrock Aq~ifer Monitoring Wells · If a modification to the groundwater remediation goals or performance standards warrant additional monitoring wells, the option for additional monitoring wells may be exercised. The Subcontractor will install the wells and provide all necessary supplies and services for the installation. This option includes the.installation of up to five top of bedrock aquifer . monitoring wells. 4.8 Option 8-Bedrock Aquifer Monitoring Wells· If a modification to the groundwater remediation goals or performance standards wa~ant additional monitoring wells, the option for additional monitoring wells may be exercised. The Subcontractor will install the wells and provide all necessary supplies and services for · · the installation. This option includes the installation of up to five bedrock aquifer monitoring wells. · 4.9 Option 9~Transition to New System Operator . . . . . The Subcontractor will provide services (including training) associated with transferring operation and maintenance of the remedi_ation system to a subsequent operator. · 4.10 Option 10-Abandon Monitoring Wells The Subcontractor will provide all the supplies and services necessary to abandon Subcontractor installed monitoring wells. This option includes the abandonment of up to 2,500 linear feet of monitoring wells. 4.11 Option 11-System Removal The · Subcontractor will perform services associated with . the demobilization, decontamination, and disposal of the remediation system. CDM Federal Programs Co,poration 00--03413280-09!111212 4-2 I I I I I ,, I I I I I I I Section 5 Scheclule of Activities and Deliverables Table 5-1 presents the deliverables that will be submitted to. the EPA RPM as part of this work assignment. · · · Table 5-1 Schedule for COM Federal Deliverables/Milestones Task Deliverable Due Date .. 1.1.2 Site Trip Visit Report Not Required 1.1.4 RA Work Plan 30 days after initiation of work assignment ·1.1.4 Final RA Work Plan 15 days after receipt of EPA comments 1.2.1 Status Reports Monthly and as directed by RPM 3.1 Draft Revised Site Management Plan This plan will be developed by the winning . (SMP) subcontractor and will not be formally submitted to .. . EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan. 3.1 Final Revised SMP This plan will be developed by the winning . subcontractor and will not be formally submitted to EPA as a deliverable. CDM Federal and EPA will perform concurrent review of the plan. 3.1.1 Draft Revised Health and Safety Plan This plan will be developed by the winning (HASP) subcontractor and will not be formally submitted to '· EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan. 3.1.1 Final Revised HASP This plan will be developed by the winning subcontractor and will not be formally submitted to EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan. 3.2 Draft Revised Pollution Control & This plan will be developed by the winning Mitigation Plan subcontractor and will not be formally submitted to EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan. " .. 3.2 Final Revised Pollution Control.& This plan will be developed by the winning Mitigation Plan subcontractor and will not be formally submitted to EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan. 3.3 Draft Revised Construction This plan will be developed by the winning Management Plan subcontractor and will not be formally submitted to EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan .. 3.3 Final Revised Construction This plan will be developed by the winning Management Plan subcontractor and will not be formally submitted to EPA as a deliverable. COM Federal and EPA will perform concurrent review of the plan. 6.2.10 Draft Final Inspection Report 10 days after Final Inspection COM Fede~l Programs Corporation 00-034/3280·0&611212 , 5-1 I I I I I I· I I I I I Table 5-1 (continued) · Task Deliverable 6.2.10 Final Inspection Report . 9.1.1 Draft Revised Operations and Maintenance (O&M) Manual 9.3. Draft Technical Memorandum 9.3 Firial Technical Memorandum 10.4 Draft Remedial Action Report 10.4 Final Remedial Action Report 11.5 Draft Closeout Report 11.5 Final Closeout Report 11.6 Final Costs . CDM Fede!'al Programs Corporatio~ QO.0:w:m0-09Slt212 Section 5 Schedule of Activities and Deliverables Due Date . 7 days after receipt of EPA comments 3,0 days before Final Inspection 10 days after completion of performance tests 1 O days after receipt of EPA comments 30 days after Final Inspection 14 days after receipt of EPA comments 30 days after final RA Report submitted 14 days after receipt of EPA comments 90 days after work assignment closeout . 5-2 I I I I I I I I I :I ·I I I Sectioi16 . Proj ecf Orgartizktion. and Responsibilities·_ . 6.1 Proje_ct Organization - The pmject organization for this assignment is depicted in Table 6-1. For the mcist part, project control is _the responsibility of. the CDM Federal Project Manager. This organizational structure acts as a control mechanism to: ■ ■ ■ . ' . . Identify appropriate lines of co~unication and coordination · Monitor overall project quality control, budgets, and schedules Oversee <llld manage technical resources The following is a list of the key personnel assigned to the project, and their areas of· responsibility. · · Table 6-1 CDM Federal Project Team Personnel and.Responsibilities Position Personnel Responsibilities . Program Manager -P4 Gary Clemons, Ph.D. Program management for RAC Contract and Financial Richard Culver Contract and financial management for . Manager-P4 RAC Quality Assurance Director -P4 RoseMary Gustin Corporate quality assurance manager . Senior Project Engineer -P3 · Chris Provost, P.E. Provides engineering support and oversight Remediation Specialist -P3 John Eisenbeis, Ph.D. Provides technical support and oversight for implementation of the in-well vapor stripping remedial activities. Subcontracts Administrator -P3 Vernon Wimberley Subcontracts support for implementation of the remedial activities Water Engineer -P3 Kelly Derr, P.E. Provide technical support and oversight for implementation of the water main . extension remedial activities Project Manager -P2 Jim La Forest, P .E. Site-specific administration, project management, and technical support 6.2 Team Firms No other team firm resources are anticipated. - CDM Federal Programs Corporation 00-03'132el).086/1 212 6-1 I I I I I I I I I I I ,, 0 D Section 6 Project Organization and Responsibilities 6.3 . Subcontracto.rs · · ·. CDM Federal will execute twci major procurements to complete the req~ired remedial activities. CDM Federal subcontractors will perform the following major activities which are included in the services to be performed as part of the RA: ■ ■ . . . Extension of exi~ting \Vater mainand connection of individui residents to city water-CDM Federal will procure and oversee a subcontractor which will construct the necessary water main extensions required to service all residential lots as required. The same subcontractor will install and maintain individual RCFUs .. Groundwater remediation using in-well vapor stripping-COM Federal will procure and oversee a subcontractor which will install, operate, monitor, and maintain an in- well vapor stripping system. The subcontractor will track the progress of the ·. remediation by collecting and analyzing system groundwater and vapor samples, . determine the hydrologic treatment zone, and collect and analyze monitoring well samples. The effectiveness of the groundwater remediation system will be evaluated · as new data become available. The same subcontractor will be responsible for · · aba1;1doning approximately 60 residential drinking water wells. CDM Fede~! Programs Corporatio~ 00-03413280-09811212 6-2 I I ,. I I I I :1 ·I I m 10 D I \.. I I I I I Section7· References EPA (U.S. Environment~ Protection Agency),1986. Construction QualihJ Assurance for · Hazardous Waste Land Disposal Facilities. October. · EPA (U.S. Environmental Protection Agency) 1992. Remedial Action Report, Documentation for Operable Unit Completion, I'ublication 93.55.0-39FS. June. EPA (U.S. Environmen:tal Protection: Agency) 1995. Guide to Documenting Cost and Performance for Remediation Projects, Publication EPA-542-B-95-002. March. ' ' . EPA (U.S~ Environmental Protection Agency) 1997a. North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina: Record of Decision. September. . EPA (U.S. Environmental Protection Agency) 1997b. · North Belmont PCE Site, North .· Belmont, Gaston County, North Carolina: Remedial Investigation Report. June. · EI' A (U.S. Environmental Protection Agency) 1997c. North Belmont PCE Site, North Belmont, Gaston CounhJ, North Carolina: FeasibilihJ Study Report. July. . . EPA (U.S. Environmental Protection Agency) 1998a. Data Acquisitions Report for the North · Belmont PCE Siie, North Belmont, North Carolina. November. EPA (U.S. Environmental Protection Agency) 1998b. Final TreatabilihJ Study Work Plan for . the North Belmont PCE Site, North Belmont, .North Carolina. October. · EPA (U.S. Environmental Protection Agency) 1998c. CommunihJ Relations in Superfund: A · Handbook. June. · · EPA (U.S. Environmental Protection Agency) 1999. Draft Conceptual Design Report for the · North Belmont PCE Site, North Belmont, North Carolina. April .. EPA (U.S. E~vironmental Protection Agency) 2000b. Final TreatabilihJ Study' Ev~l~ation Report for In Situ Bioremediation at .the North Belmont PCE Site, North Belmont, Gaston County, North Carolina. August. EPA (U.S. Environmental Protection Agency) 2000c. Final (100%) Design for Groundwater Remediation Using In-Well Vapor Stripping at the North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina'. June. · EPA (U.S. Environmental Protection Agency) 2000d. Final (100%) Design for Extension· of Existing Water Main, Connection of Individual Residences to · CihJ Water, and Installation of Individual Residential Carbon Filtration Units at tlie North Belmont PCE Site, North Belmont, Gaston Counh;, North Carolina. May. CDM Federal Programs Coq)oration 00-034132110-09e/1212 7-1 I I I I I I I I fl I I I I I I I I . . " -·•,·• ...... :-.~:--·· ..... . · Section 7 References EPA (U.S. Envirorune~ta!Protection Agency) 2000e. Subcontract Award Documents for · .Groundwater Remediation Using In-Well Vapor Stripping at the North Belmont PCE Site, North Belmont, Gaston County, North Carolina. June. · . EPA (U.S. _Environmental Protection Agency) 2000f. Subcontract Award Documents for Extension of Existing Water Main, Connection of Individual Residences to Cih; Water, and Installation of Individual Residential Carbon Filtration Units at the North Belmont , PCE Site, North Belmont, Gaston Counh;, North Carolina. May.· EPA (U.S.'Environmental Protection Agency) 2000g. Miscellaneous Design Documents Associated with the In-Well Vapor Stripping System at the North Belmont PCE Site, North Belmont, North Carolina. July. EPA (U.S. Environmental Protection Agency) 2000h. Miscellaneous Design Documents Associated with the Extension of the Existing Water Main, Connection of Individual · Residences to CihJ Water, and Installation of Individual Residential Carbon Filtration Units at the North Belmont PCE Site, North Belmont, North Carolina. June. . CDM Federal Programs Corporation · 00-03,4r32e0-096/1212 7-2 I I I I I I I I I I m D 0 I I I I I I . APPENDIX A · · IN-WELL VAPOR STRIPPING FINAL (100%) DESIGN .· CDM Federal Programs Corporation 00-03-4132~0-090/1212 I I I I I I I I I I I I I I I I I I 0 RESPONSE ACTION CONTRACT FOR REMEDIAL, ENFORCEMENT OVERSIGHT, AND NON-TIME CRITICAL REMOVAL ACTMTIES AT SITES OF RELEASE OR THREATENED RELEASE OF HAZARDOUS SUBSTANCES IN EPA REGION 4 U.S. EPA CONTRACT NO. 68-WS-0022 FINAL (100%) DESIGN FOR GROUNDWATER REMEDIATION USING IN-WELL VAPOR STRIPPING AT THE NORTH BELMONT PCE SITE, NORTH BELMONT, GASTON COUNTY, NORTH CAROLINA REVISION2 Work Assignment No. 096-RDRD-04QD Document Control No. 3280-096-PP-RA WP-09650 December 13, 2000 Prepared for: U.S. Environmental Protection Agency Region 4 Atlanta, Georgia Prepared by: CDM Federal Programs Corporation 2030 Powers Ferry Road, Suite 490 Atlanta, Georgia 30339 I I I I I I I I I I I I I I I I I I g TABLE OF CONTENTS Section LIST OF TABLES ...................... :· ...... ; ........................ iv LIST OF ACRONYMS AND ABBREVIATIONS .............................. V 1.0 GENERAL INFORMATION ... · ..... , .. ; ............. : .............. 1-1 I.I . DEFINITIONS .......... ·.: ..... · ....................... .-..... 1-1 1.2 PROJECT OBJECTIVES ....... : ......................... : ... 1-2 1.3 . OVERVIEW OF CONTRACTOR SERVICES TO BE PROVIDED .... 1-2 1.4 · RESPONSIBILITIES OF PROJECT REPRESENTATIVE AND/OR EPA ............................................... 1-3 2.0 BACKGROUND INFORMATION .......... , ..... : .............. : ... 2-1 2.1 SUMMARY OF SITE CERCLA IDSTORY ...................... 2-1 2.2 . REMEDIAL INVESTIGATION SUMMARY ..................... 2-1 2.3 RECORD OF DECISION SUMMARY .......................... 2-3 2.4 · SITE CONCEPTUAL MODEL ................................. 2-4 2.4.1 SITE LOCATION AND DESCRIPTION ................... 2-4 2.4.2 SITE GEOLOGY ......... · ............................. 2-5 2.4.3 . SITE HYDROGEOLOGY ............................... 2-6 2.4.4 EXISTING GROUNDWATER MONITORING WELLS ....... 2-8 2.5 EXTENT OF CHLORINATED ALIPHATIC HYDROCARBON CONTAMINATION ......................................... 2-8 2.6 . EVIDENCE OF BIOLOGICAL PROCESSES .................... 2-11 2.7 BIOASSESSMENT FIELD STUDY RESULTS .................. 2-13 2.8 GROUNDWATER GEOCHEMISTRY ......................... 2-15 2.9 BIOCHEMISTRY .......................................... 2-17 3.0 REQUIRED ACTIVITIES .......................................... 3-1 3.1 GENERAL OVERVIEW ...................................... 3-1 3.2 WORK PLAN PREPARATION ................................ 3-5 3.2.1 GROUNDWATER MODELING .......................... 3-6 3.2.2 REGULATORY COMPLIANCE AND PERMITTING ........ 3-6 . 3.2.3 SYSTEM DESIGN AND LAYOUT ............... · ........ 3-7 3.2.4 TRACER TEST METHODS ............................. 3-9 3.2.5 REMEDIAL ACTION SCHEDULE ....................... 3-9 3.2.6 SUPPLEMENTARY PLANS ............................ 3-10 3.3 PREDESIGN SAMPLING AND ANALYSIS ..................... 3-15 3.4 GROUNDWATER REMEDIATION SYSTEM ................... 3-16 3.4.1 GENERAL REQUIREMENTS .......................... 3-16 00-037/3280-096/ l 212 11 I I I I I I I I I I I I I I I I u ID I u TABLE OF CONTENTS_(continued) Section 3.4.2 GROUNDWATER TREATMENT SYSTEM ............... 3-16 3.4.3 VAPOR TREATMENT SYSTEM. . ...................... 3-18 . 3.4.4 INSTALLATION AND CLEANUP ...................... 3-19 3.5 MONITORING WELL INSTALLATION ....................... 3-19 3.6 . STARTUP AND PERFORMANCE DEMONSTRATION .......... 3-21 3.7 ·. OPERATION, MAINTENANCE, AND RELATED ACTIVITIES .... 3-22 3.7.1 OPERATION AND MAINTENANCE . ; .................. 3-22 3.7.2 .MONITORING ...................................... 3-23 · 3.7.3 DOCUMENTATION .................................. 3-25 3.7.4. END-OF-CONTRACT ACTIVITIES ..................... 3-27 3.8 ABANDONMENT OF RESIDENTIAL DRINKING WATER WELLS ................................................. , 3-28 3.9 .· OPTIONAL SERVICES ...... : ..................... : ........ 3-29 3.9.1 OPTIONAL O&M .................................... 3-29 3.9.2 OPTIONAL TREATMENT WELL INSTALLATION AND HOOKUP ......................... : ............ 3-29 3.9.3 OPTIONAL MONITOR WELL INSTALLATION ........... 3-30 3.9.4 · TRANSITION TO NEW SYSTEM OPERATOR ............ 3-31 3.9.5 SYSTEM REMOVAL ................................. 3-31 . 3.9.6 ABANDONMENT OF SYSTEM WELLS ................. 3-31 3.10 SUMMARY OF PERFORMAi"l'CE STANDARDS ................ 3-32 4.0 SCHEDULE, COST EVALUATION, AND PAYMENT ............. ; .... 4-1 4.1 REMEDIAL ACTION SCHEDULE ............................. 4-1 4.2 EVALUATION OF PROPOSED COSTS ...................... , .. 4-4 4.3. PAYMENT SCHEDULE ..................................... 4-6 . 5.0 REFERENCES ............. · .............. · ........................ _5-1 ATTACHMENT A:. FIGURES ATTACHMENT B: SITE APPLICABLE OR RELEVANT AND APPROPRIATE REQUIREMENTS ATTACHMENTC: TABLES-I OFTHENORTHBELMONTRECORDOF DECISION 00-037/3280-096/1212 iii I I I I I I I I I I I I I I I I I I m LIST OF TABLES . 2-1 ··PERFORMANCE GOALS .................................... 2-3. 2-2 MONITORING WELLS SPECIFICATIONS ................. : .... 2-9 . 2-3 SCREENING RESULTS FOR ELECTRON ACCEPTORS/ METABOLIC BYPRODUCTS AND NUTRIENTS ............... 2-12 2-4 JANUARY 1999 FIELD voe DATA .......................... 2-14 2-5 JANUARY 1999 FIELD BIOCHEMICAL AND . GEOCHEMICAL DATA ..................................... 2-18 2-6 JANUARY 1999 LABORATORY BIOCHEMICAL AND GEOCHEMICAL DATA: ............ : ....................... 2-19 4-1 REMEDIAL ACTION SCHEDULE ............................. 4-1 4-2 PRICE SCHEDULE-REMEDIAL ACTION SUPPLIES OR SERVICES ................................................. 4-2 4-3 . BID RESPONSE ....................... : .................... 4-5 00.037/3280-096/12l2 iv I I I I I I I I I I I I I I I I I I u ARAR CAR CDM Federal CERCLA CP CQAP DCE DO EPA Fe(II) FOB · .FSAP HASP HASP/CP NTU O&M OSHA P&ID. PCE PMP QAPP QC QMP RD RI ROD SAP SOP sow SU TCE TOC uses voe WMP 00--037/3280-096/1212 LIST OF ACRONYMS AND ABBREVIATIONS · applicable or relevant and appropriate requirement chlorinated aliphatic hydrocarbon CDM Federal Programs Corporation Comprehensive Environmental Response, Compensation, and Liability Act. . . Contingency Plan · · Construction Quality Assuranc~ Plan dichloroethene dissolved oxygen . . U.S. Environmental Protection Agency· · ferrous iron · freight-on-board Field Sampling and Analysis Plan Health and Safety Plan Health and Safety and Contingency Plan nephelometric turbidity unit operations and maintenance Occupational Safety and Health Administration piping and instrumentation tetrachloroethene Performance Monitoring Plan Quality Assurance Project Plan quality control Quality Management Plan remedial design remedial investigation Record of Decision Sampling and Analysis Plan Standard Operating Procedure Statement of Work standard units trichloroethene total organic carbon Unified Soil Classification System volatile organic compound Waste Management Plan V I I I I I I I I I I I I I I I I I 0 D 1.0 GENERALINFORMATION 1.1 · DEFINITIONS · · Contractor-· The party that the Project Representative contracts for the services described . in this Statement of Work. Day -Calendar day EPA -U.S. Environmental Protection Agency (EPA), Region 4 Optional Services ·_ Services that are not part of the base contract but which the Project Representative may require the Contractor t? perform depending on site conditions or project performance. Performance Criteria -Performance level that must be met at all times to satisfy the requirements of this Contract. Project Representative-· Firm contracted by EPA to subcontract and oversee the remedial action. Remediation Goals (also referred to as Groundwater Goals)-Ultimate objectives of the • remedial action, which may or may not be achieved during this contract period. Site-Area of groundwater contamination attributed to the North Belmont tetrachloroethene (PCE) site. 00--037/3280-096/l212 1-1 I I I I I I I I I n I I I ,I I 1.2 PROJECT OBJECTIVES The Record of Decision (ROD) (EPA 1997a) for the North Belmont PCE Site, located ·in North Belmont, North Carolina; states that in-well vapor stripping will be used to remediate groundwater. Figure 1-1 (Appendix A) shows the site location.· All figures cited in this document are contained in Appendix A. Under this Contract, the selected Contractor shall design, install, and operate an in-well vapor stripping groundwater remediation system (a.k.a. recirculating well treatment, groundwater circulation, etc.) at the Site, to meet all applicable . Federal, State, and local standards as well as the performance criteria as described herein. The objective of this project is to treat designated areas of the plume to achieve the highest . ' ' reduction of volatile organic compounds [(VOCs) specifically PCE], possible using in-well vapor stripping technology. The C~ntractor shall design, install, and operate the groundwater remediation system for one year in a manner that optimizes a balance between a reduced cleanup duration and a reduced remedial cost. The Contractor shall configure the treatment well network to maximize contaminant removal from the three aquifer units within the source area while minimizing the treatment of uncontaminated groundwater. 1.3 OVERVIEW OF CONTRACTOR SERVICES TO BE PROVIDED The Contractor shall provide all services and supplies necessary to perform groundwater remediation for the period specified in the contract, including but not limited to: I. Prepare a Work Plan for the groundwater remedial action which will include three- dimensional groundwater modeling, a Performance Monitoring Plan, a permitting and licensing strategy, and system design and layout. The Work Plan shall confirm the remedial action schedule as laid out in this Statement of Work (SOW). 2. Revise the Work Plan to address comments. · 3: Obtain state authorization to construct, permits, approvals, licenses, and consents required for the groundwater remedial action. The Contractor shall notify Project Representative of need for site access. 00-037/3280-096/1212 1-2 I I I I I I I I I I 0 D I I I 4. I_nstall remediation and monitoring syste~. 5. Condu~t remediation system startup. 6. Demonstrate attainment of performance criteria. 7. Subrnittals, as required, including as-built drawings, operation and maintenance · (O&M) manuals, health and safety plan, quality assurance project plan, and updates . as needed. . · · 8. · Op~rate and maintain remediation system during and after starhlp for a period of .one year, meeting all performance criteria. Handle and dispose of all residual wastes, conduct system monitoring, and prepare monitoring reports. 9. Abandon an estimated 60 residential drinking water wells. 10. If exercised, provide optional services as described herein. Section 3 provides detailed technical requirements and performance criteria for performing these services. The Contractor shall provide all supervision, labor, and materials necessary for these services. 1.4 RESPONSIBILITIES OF PROJECT REPRESENTATIVE AND/OR EPA The Project Representative shall provide the following services as part ofthis project: . I. Approve design documents and project plans. 2. Oversee system construction and operation, with approval of completion of individual items. 3. Approve performance criteria achievement. 4. Approve remediation goals achievement, if attained. 0()..()37/3280-096/1212 1-3 I I I I I I I I I I I m D D m I I I I 5. Obtain site access ag~eements. All other services or activities are the responsibility of the Contractor. · 00-03 7/3280-096/ 1212 1-4 I I I I I I I I I I m g u D u I I I I .. 2.0 BACKGROUND INFORMATION The information presented in this section is based upon the result of previous investigations conducted at the Site and it is provided to assist bidders with the preparation of their bids. Additional data may be available upon request, although an attempt has been made to provide all data that are pertinent. The data in this RFP are representative of the locations and conditions where the work was conducted and of the tirrie the work was conducted. The · Contractor is responsible for achieving the performance standards regardless if conditions vary froin the provided sample re.suits or if chemical concentrations have changed over time. 2.1 SUMMARY OF SITE CERCLA IDSTORY In February 1991, the Gaston County Health Department sampled the well that provided water to the North Belmont Elementary ·school and two single-family dwellings.· This sampling was associated with an effort by the County to evalu.ate community water supplies for VOC contamination. · The results of this sampling indicated significant VOC contamination in the well. EPA Region 4 Emergency Response was notified. EPA and the Gaston County Health Department sampled 25 drinking water wells. PCE, trichloroethene (TCE), and cis-1,2-dichloroethene (1,2-DCE) were detected in 16 samples. The elementary school was immediately connected to the City of Belmont water system. Twenty-nine of the neighborhood drinking water wells were taken out of service and connected to the Belmont city water system. Seven residences in the neighborhood were informed · of the contamination but. chose to continue to use their wells and not connect to city water. 2.2 REMEDIAL INVESTIGATION SUMMARY A Remedial Investigation (RI) was conducted by EPA to determine the nature and extent of contamination at the Site (EPA, 1997b ). The extent of chlorinated aliphatic hydrocarbon· (CAH) contamination is discussed in detail below; however, the following briefly summarizes conclusions from the RI Report: 00-037/3280-096/1212 2-1 I g H n m I I I I I I I I I 1. Two source areas have been identified and named Source Area A and Source Area B. · 2. The contaminant pl~e is spreading: Private wells in the vicinity of the Site that were not contaminated in · 1991 when EPA first investigated the Site are now · contaminated. 3. Contamination detected in the shallow aquifer appears to be localized in Source Area A (Roper's Shopping Center). See Figure 2-1 (Appendix A) for source area· locations. · · 4. Contaminants have migrated from the shallow aquifer into the top of bedrock zone and. into the bedrock aquifer. Maximum PCE concentrations detected in the. saprolite aquifer, the top of bedrock aquifer, and the bedrock aquifer during the 1996 RI sampling were 2,200 µg/L; 2,500 µg/L, and 3,500 µg/L, respectively. 5. The source of contamination in the southern edge of the plume may be either· · Source Area A or Source Area B. 6. No evidence ofresidual soil volatile organic contamination has been found at either source area. It is believed that the contaminants migrated through the soil directly . into the shallow aquifer. 7. There is no evidence ofVOC impacts to surface water and sediment in the area . . As required in the ROD, supplemental fieldwork was conducted in July and August of 1998 to further define the nature and extent of site contamination. Three monitoring wells were ' . ' installed, groundwater samples were collected and analyzed, and a limited well survey was conducted. Details of this investigation are outlined in the Data Acq~isitions Report for the North Belmo~t PCE Site, North Belmont, North Carolina (EPA, 1998a). The following briefly summarizes the conclusions of this report: • Groundwater data indicate that the contaminants of concern identified in the RI have remained the same. • The data support the existing site conceptual model presented in the RI with only a slight change in the distribution around the edges of the plumes. • Data suggest that biodegradation is o·ccurring at the Site. 00-037/3280-096/1212 2-2 m m ffl 2.3 RECORD OF DECISION SUMMARY Toe North Belmont PCE Site, North Belmont Gaston County, North Carolina: Record of De~ision. (EPA, 1997a) recommended that the. groundwater remedy consist of the following: 1. Connection of all homes, churches, and business in the "North Belmont PCE Area". depicted in Figure 2-2 (Appendix A) to the public water supply. ' . . ' . : . . . . . . . . 2. Optional installation of carbon filt~rs on private wells, including one year of filter operation and maintenance and filter replacement after orie year. 3. Gr~undwater treatment via in-well vapor stripping. Toe goal of this remedial action is to restore the groundwater to its beneficial use. Toe performance goals for groundwater cleanup are presented in Table 2-1. TABLE2-1 PERFORMANCE GOALS NORTH BELMONT PCE SITE GASTON COUNTY, NORTH CAROLINA · Contaminant Remediation Level (µg/L) Methylene chloride cis-1,2-dichloroethene Trichloroethene Tetrachloroethene Bis(2-ethylhexyl)phthalate Chloroform I, 1-Dichloroethene 00--037/328()..096/1212 2-3 . 5 70 2.8 I 3 I . . _.,,.,,.,_,.,.,..,,.,,.....,.,"""-"'""""''"-"'"-"'•"'""'""•...,""'"",._,'"'-",..,,"'•..,•• .. ......,..,... •. a ..... .,, •• ,._ , •,M\'.,I,\,\. ,.,, ""•·""· .~, .. ,-~; ..... ,~~,.--..,,.~ .•• ,.~ _,-, .. ~•·•-~-" · •• , v-.,~"·-.u, -·~ ~-.,,. ,,,_.,,,...,.-.. .• ~ ....... ~.._....,_ ... .,,,.s.t:r. • ...,, ... =l,$4',-....,.,»..__, ---·""'"'-•""'• .. ··••-;-·~"':•·••~ .. ..,:;,,.:,~'-'' m 2.4 SITE CONCEPTUAL MODEL . The following site conceptual model has been developed to document the current understanding of the Site. The information in this section has been excerpted from the North .. Belmont PCE Site RI Report (EPA, _l 997b ), the North Belmont PCE Site Feasibility Study Report (EPA, 1997 c ), and additional data sources. · 2.4.1 SITE LOCATION AND DESCRIPTION . ·. . . . . -. . The Site co~sists of two ~losed dry cleaning operations located in North Belmont, Gaston County, North Carolina. These two areas are referred to as "Source Area A" and "Source Area B" [Figure 2-1 (Appendix A)]. Source Area A, which was operated by the Untz family from 1960 to 1975 as a dry cleaning business, is located at.Roper's Shopping Center in Land· Lot 5, Parcel. 15-18A on Woodlawn Avenue. The former dry cleaning facility is app.roximately 0.75 acre in size and is bounded to the east and west by residential neighborhoods, to the north by a cemetery and an undeveloped wooded tract, and to the south by North Belmont Elementary School. Source Area B is located at the northeastern comer of Acme Road and Suggs Road in Land Lot 11, Parcel 15-18. This parcel has been converted to residential property. The majority of the area surrounding Source Area B is residential with a few small businesses. A cabinet shop is located to the north. A previous refrigerator repair shop and a machine shop were also _suspected to be potential sources of contamination. The refrigerator repair shop, now closed, is located at the intersection of Julia Street and Acme Road in Land Lot 15-I SA, Parcel 32. This is a small commercial strip area with residential property surrounding the Site, except for a cabinet shop and a well drilling company located to the east. The machine shop is located at the comer of Acme and Centerview Roads and is encompassed by residential neighborhoods. 00-037/3280-096/1212 2-4 I m u g m m n D D :U D D d u 0 0 0 2.4.2 SITE GEOLOGY The Site is located within the central p~rtion of the Charlotte Belt of North Carolina. The rock types that underlie this terrain are dominated by granitic type rocks, metavolcanics, and gneisses and schists of varying types. The rock types are of varying metamorphic grade, and all rock units trend parallel with the strike of the Appalachian Mountains, which is typically northeast to southwest. These same units typically dip to the southeast along with the regio~al topog;aphic trend. Structurally, the· area is complex with. rock units displaying one or two types of metamorphism or structural changes such as faulting or folding. A large, unnamed fault is located approximately six miles to the west of the Site .. According to the Geologic Map ofNorth Carolina (1985), the Site is underlain by foliated . to massive metamorphosed quartz diorite and massive to weakly foliated, hornblende rich . ·. granitic type rock. These rock units have undergone periods of deformation that have produced folding and fracture planes in the roe~, as well as brittle zones where the rock is actually crushed, sheared, or faulted in some manner. As these rock types become · weathered, soil profiles develop that are characteristic of the original rock ( also referred to as saprolite). · During the field activities, the soil profile varied with each iocation; however, a common pattern was .observed. From top to bottom, the materials consist of a saprolite layer, a partially weathered rock zone, and the underlying fractured crystalline bedrock. Figures 2-2 through 2-5 (Appendix A) present cross-sectional views of the saprolite and bedrock lithologies. The saprolite is clay-rich, residual material derived from in-place weathering of bedrock. Typically, the saprolite is silty clay near the surface. With increasing depth, the amount of mica, silt, and fine-grained sand and gravel tend to increase. Remnant fracture planes with quartz infilling appear in this layer .. The saprolite zone is thickest (approximately 125 feet) along the ridgeline on the western edge of the Site, thinning towards the lower 00-03 7 /3280-096/ l 2 I 2 2-5 I I I I I I I I I I I I I I elevations or stream valleys to approximately 30 feet in thickness. Underlying the saprolite is a partially weathered rock layer _derived from the weathering of bedrock that ranges in . thickness from approximately 10 _to 50 feet. This layer is composed of saprolite and fragments of weathered bedrock. Particle sizes range from silts and clays to large boulders . ' of unweathered bedrock. The weathering occurs in bedrock zones less resistant to physical and chemical degradation (i.e., fault zones, stress relief fractures, and mineralogic zones).· The predominant rock types appear to be metamorphosed quartz diorite and metamorphosed · granite or granitic gneiss. The bedrock is fractured and these fractures contain quartz . deposits that remain unweathered in the saprolite and therefore are likely to act as confining . . . layers. 2.4.3 SITE HYDROGEOLOGY Regionally, the water bearing units that underlie the Site and surrounding areas represent an aquifer system consisting of metamorphosed and fractured quartz diorite and granitic type rocks in varying'proportions and thicknesses. Geologic structures that produce high-yielding wells include contact zones o·f multilayered rock units, zones of fracture concentration; and stress-relief fracture zones; Previous studies have indicated that wells in Gaston County that are set within granite have an average depth of 165 feet and an average yield of 18 gallons per minute. Within this area, well depths range from 85 to over 1,000 feet and that well yields range from 2 ½ to 116 gallons per minute. The aquifer system underlying the Site generally consists of the saprolite/partially weathered rock aquifer and the underlying bedrock aquifer; however, interconnection between these units is likely, thereby influencing contaminant transport. Aquifer designations used during the RI for the Site are the saprolite aquifer, the top of bedrock aquifer, and the bedrock aquifer. These same designations apply . to this SOW .. · In the Site area, the top of the water table is typically found in the saprolite aquifer and will generally mimicthe overlying land surface. The depth-to-water across the area ranges froin approximately 3 to 35 feet below ground surface. Based on groundwater elevations collected 00-037/3280-096/1212 .. 2-6 I I I I I I I. I I I I I I I I I I in November 1996 and potentiometric maps drawn from these elevations, groundwater within the saprolite [Figure ·2-6 (Appendix A)] and bedrock [Figure 2-7 (Appendix A)) · aquifers ge~erally flows to the northeast to east across the Site. Furthermore, Roper's . Shopping Center appears to be positioned within the top of a localized groundwater mound with potentiometric contours emanating in a semi-circular pattern from this point. Insufficient data of groundwater elevations along the western edge of the Site prevent completion of the ·potentiom~tric. contours. Based on depth-tci-water measurements for monit~ring wells MW-13 and MW-21, groundwater discharg~i from the saprolite and bedrock aquifers into the small stream along the northern edge of the Site. However, · fractures pr~sent in the partially weathered rock and bedrock will affect the direction of . . I • • • • groundwater flow, and relict fractures present in the saprolite may also control groundwater flow directions. Most of th~ natural flow in the bedrock system is probably confined to the ·. upper 30 feet ofbedr~ck whe~e fracture~ ~e concentrated, and the overlying transition zone that has the highest hydraulic conductivity. Data were collected during the 1996/1997 RI for·estirnating hydraulic gradient and hydraulic . conductivity at the Site. The hydraulic gradients for the saprolite and bedrock aquifers were calculated to be 0.0298 and 0.0275, respectively. Data from rising-head slug tests were used to calculate hydraulic conductivity in the saprnlite and bedrock aquifers. The resultant values · ranged from 0.24 to 1.99 feet/day in the saprolite aquifer and 0.016 to 3.41 feet/day in the bedrock aquifer. During the RI, five monitoring wells (MW-14, MW-15, MW-18, MW-20, and MW-21) were examined for identification of geophysical fractures and indications of hydrologic activity. Hydrologically active fractures are those that appear to be contributing water to the water column under static well conditions, and these hydrologically active fractures may potentially act as contaminant transport pathways. Locations of fractures, strike and dip angles, and potential hydrologic activity at these locations are outlined in the RI Report. However, the lateral and vertical extel)-tS of the hydrological\y active, or potentially active, fractures were· not determined. Furthermore, the interconnectivity of the fractures was also not defined. 00-037/3280-096/1212 2-7 I I I I I I D D 0 2.4.4 EXISTING GROUNDWATER MONITORING WELLS .· .· . . ~oundwater monitoring wells screened withi~ the top of bedrock and bedrock aquifers are present throughout various site areas. These wells .are denoted as permanent groundwater monit;ring wells (prefixed by MW~) and previously owned residential wells that have since . . . . . . · · been converted to groundw~ter monitoring wells (prefixed by CW-f Currently, there are 11 permanent and two converted residential groundwater monitoring_ wells screened within the top of bedrock aquifer. In contrast, there are 10 permanent and seven converted residential groundwater monitoring wells screened within bedrock aquifer. No groundwater monitoring .. ·wells exist "within the saprolite aquifer. The screened interval _depth, screen length, well diameter, ~d additional specifications· for these wells are summarized in Table 2-2 .. 2.5 . . . . . . . . . . EXTENT OF CHLORINATED ALIPHATIC HYDROCARBON .. CONTAMINATION Analytical results from groundwater, soil, and sediment samples collected between 1991 and 1996 at the Site are described in the RI Report. The following summarizes the current understanding of the nature and extent of CAH groundwater contamination at the Site. The extent of CAH contamination has been segregated into Source Area A and Source Area B contamination for each of the three aquifers. Conclusions drawn from the RI Report suggest that the contaminant plumes are spreading, and therefore the actual extent of contamination may differ from the following preliminary descriptions. Source Area A Saprolite Aquifer. Groundwater sampling at shallow temporary monitoring wells (STWs) located south of the Roper's Shopping Center in June 1996 indicated PCE concentrations as high as 2,200 µg/L (STW-6). · The distribution of PCE and two of its biodegradation products, TCE and cis-1,2-DCE, at locations sampled within the saprolite aquifer are 00-03 7/3280-096/ I 212 2-8 !I!!! N ' '° == == Aouifer LoCation Top of Bedrock MW-2 MW-4 MW-5 MW-6 MW-7 MW-8 MW-9 MW-IO MW-II MW-12 MW-13 MW-24 MW-25 CW-I CW-8 Aauifer Location Bedrock MW-3 MW-14 MW-15 MW-16 MW-17 MW-18 MW-19 MW-20 MW-21 MW-22 CW-2 CW-3 CW-4 CW-5 .CW-6 CW-7 CW-9 3.05 a;; ... ._, iii liiiiJ . - TABLE2-2 · MONITORING WELLS SPECIFICATIONS NORTH BELMONT PCE SITE, NORTH BELMONT, NC . Scree~ed Interval Screened Length Well Diameter Total Depth ft b~s) · {ft\ . linches\ ·--1ft blJ's\. - NA NA NA 89. NA NA NA 82 NA NA NA · 113 117-127 . IO 2 127 106-116 IO 2 118 34-44 IO 2 45 64-74 IO 2 74.5 57.,67 IO 2 67 63-73 IO 2 73 59.,69 IO 2 69 31-41 IO 2 41 61-71 IO 2 71 83-93 IO 2 93.5 NA NA NA. 105 NA NA NA 71.7 Screened/Open Length of Depth to Bottom Bore~ole Interval Open Borehole Well Diameter o~Casing ft bosl lfl\ 'inches\ · ft bl>'s\ NA NA NA NA 128-145.8 18 4 .. 128 118-140 22 4 118 69-72.5 4 4 69. 28.4-50 22 4 28.4 139-161 22 6 139 77-179.7 !OJ 6 77 105.5-122.5 17 6 105.5 46-83 37 6 46 75-102.6 28 6 75 · NA . NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA NA . NA NA MW= Permanent monitoring well CW= Converted municipaJ well NA= Data currently not available; additionaJ data review may fill these.data gapS --- . . •. Depth to Bedrock Total Depth <ft bPs\ lfc b0 s\ . 89 150 128 145.8 118 140 69 72.5 28.4 50 139 161 77 179.7 105.5 122.5 46 82.96 75 102.6 120. 177.6 120 184 120 148 40 53.4 64 84.4 60 105.2 65 130.4· NA 528 I I I I I I I I I I I I I I I I I g presented in Figures 2-8 through 2-10 (Appendix A). Although the former Untz family dry . . cleaning facility appears to be positioned within the top of a localized groundwater mound [Figure 2-7 (Appendix A)], potentiometric contours suggest the tendency of groundwater to flow in a gerieral north to northeast direction from suspected source areas ... ·Thus, the prirriarily contaminated regions are belie.ved to coincide with the direction of groundwater • flow and. lie north to northeast of the former Untz family dry cleaning facility. Full delineation of the contaminant plumes along th~ perimeter and down gradient regions has not. ' . . . been accomplished .. Top of Bedrock Aquifer. Groui1dwater samples collected at temporary and permanent . monitoring wells indicate an extensive PCE groundwater plume that extends across the majority of the Site [Figure 2-11 (Appendix A)]. In addition, extensive.TCE and cis-1,2- DCE groundwater plumes exist and are primarily contained within the· PCE plume ·•[Figures 2-12 .and 2-13 (Appendix A)]. The highest recorded concentration of PCE was at monitoring.weHMW-6 in October 1996 (2,500 µg/L) and was coincident with elevated . . : biodegrndation daughter product concentrations (TCE = 49 µg/L; cis-1,2-DCE = 76 µg/L). · Although groundwater flow directions within the top of bedrock aquifer have not been defined, the distribution of contaminant plumes suggests that groundwater flows in a general north to northeast direction from the former Untz family dry cleaning facility. Bedrock Aquifer. Groundwater samples collected at permanent, converted residential, and residential groundwater wells indicate an extensive PCE groundwater plume that extends in a northeasterly direction from the former Untz famBy dry cleaning facility [Figure 2-14 (Appendix A)]. In addition, extensive TCE and cis-1,2-DCE groundwater plumes exist and are primarily contained within the PCE plume [Figures 2-15 and 2-16 (Appendix A)]. The highest recorded concentration of PCE was at monitoring well CW-6 in October/November 1996 (3,500 µg/L) and was coincident with elevated biodegradation daughter product concentrations (TCE =s 280 µg/L; cis-1,2-DCE = 940 µg/L). Groundwater flow in the bedrock aquifer flows in a general north to northeast direction from the former Roper's 00-037/3 280-096/1212 2-10 I I I I I I I I I B Shopping Center dry cleaning facility [Figure 2-7 (Appendix A)] and is consistent with the . . . . ' spatial migration of the groundwater contaminant plumes. Source Area B Saprolite Aquifer. Groundwater samples ha~e not been collected in ·the saprolite aquifer • for Source Area B. Thus, the extent of groundwater contamination in the saprolite aquifer is currently unknown: . Top of Bedrock Aquifer. Groundw~ter samples. collected at permanent and temporary groundwater wells indicate limited PCE contamination in the vicinity of Source Area B. Groundwater samples ·collected at monitoring well MW-10 in October 1996 indicate moderate concentrations of PCE {80 µg/L); however, it is unclear at this time wh~ther contamination at this monitoring well originated from Source Area A or B. · Groundwater flow directions within the top of bedrock aquifer .have not been defined, thereby making it difficult to speculate on the likely source of PCE contamination at monitoring well MW c 10. Bedrock Aquifer. Groundwater samples collected at permanent, converted residential, and . residential groundwater wells downgradient of the Source AreaB locadon indicate nondetect · concentrations of CAH contaminants. These findings suggest that contaminants have not yet migrated into the bedrock aquifer at this location. 2.6 EVIDENCE OF BIOLOGICAL PROCESSES During December 1997, groundwater samples were collected at several monitoring wells across the Site and analyzed for various electron acceptor/metabolic byproduct and nutrient concentrations. Results from .analyses are summarized in Table 2-3. The data indicate low availability of analyzed electron acceptors/metabolic byproducts (nitrate/nitrite, sulfate, sulfides, and methane) and nutrients (ammonia, total Kjeldahl nitrogen, and total 00-03 7 /3280-096/1212 2-11 - - - --I!!!!!' I!!!!!!! I!!!! liiiil 'iiili -·-- TABLE 2-3 ~ cl SCREENING RESULTS FOR ELECTRON ACCEPTORS/METABOLIC BYPRODUCTS AND NUTRIENTS N ~ '? 0 ~ "' ;:; ;:; Location Date MWIIK Dec-97 MWl4K Dec-97 MWl4KA Dec-97 MWl4P Dec-97 CW6K Dec-97 DO= Dissolved oxygen A = Average value J = Estimated value NA = Not analyzed (Nitrate/Nitrite) ·DO Nitrogen m IL m IL NA 1.8 NA 0.19 NA NA NA 0.84A NA 3.5 NORTH BELMONT PCE SITE, NORTH BELMONT, NC Sulfate Sulfides Ethane m IL m IL IL 1.3 0.20U 5.9U 12U 12U 2.0 0.04U 5.9U. 0.361 0.301 NA NA 5.9U 0.271 0.251 L5 0.04U 0.671 0.161' 0.29) 0.42 0.04U 5.9U· 12U 12U ~ U = Material was analyzed for but non detected. The numeric value is the quantitation limit -N . Total Kjeldahl Ammonia Nitrogen m IL m IL 0.05U . 0.IU 0.22 0.32 NA NA· 0.I0A 0.18A 0.05U 0.24 --- Total· 'Ph~spborous m /L 1.3 0.05 NA 0.02A 0.16 I I I I I I I D D I m I I I I I I phosphorou:s). In addition, ~thene ~d ethane concentrations were low, with estimated values belowL0 µg/L. 2. 7 · BIO ASSESSMENT FIELD STUDY RESULTS A bioassessment field study was conducted i~ January 1999. The study consisted of . groundwater sampling and ~alysis. · This section presents the results of groundwater .sampling conducted at nine locations in the top ~fbedrock aquifer and ten locations in the ' bedrock aquifer. · Analytical results from sampling conducted in Januzj 1999 · confirmed the presence of contaminants of concern identified in the RI Report and in the Data Acquisition Report. The main chlorinated solvents detected (PCE, TCE, and 1,2-DCE) and their biotransformation products 0JC, ethene, and ethane) are presented in Table 2-4. PCE, TCE, and 1,2-DCE · plots for both the top ofbedrock and bedrock aquifers are presented in Figures 2-17 through 2-22 (Appendix A). Data presented in Table 2-4 indicate a good correlation with data collected during July and August of 1998 and are discussed s·eparately below for the top of bedrock and bedrock aquifers. Top of Bedrock Aquifer Figures 2~17 through 2-19 (Appendix A) present top of bedrock aquifer field data (PCE, TCE, and 1,2-DCE) for January 1999. The 1996 top of bedrock field data produced during the RI are also presented in the figures for comparison purposes. The extent of chlorinated solvent contamination in the top of bedrock aquifer is similar to that presented in the RI and the Data Acquisition Report. The highest concentration of PCE was recorded at MW-6 (2,800 µg/L) and corresponds with elevated biodegradation daughter product concentrations (1,2-DCE = 770 µg/L). Chlorinated contaminants were also detected at TW-01 (PCE = 250 µg/L, TCE = _19 µg/L, 1,2-DCE = 100 µg/L); MW-9 (PCE = 13 µg/L); and MW-12 (PCE = 170 µg/L). Although analytical results from the July and August 1998 00--037/3280-096/12 I 2 2-13 I I I I I I I I I I I D B u D fl E _TABLE2-4 JANUARY 1999 FIELD voe DATA NORTH BELMONT PCE SITE GASTON COUNTY, NORTH CAROLINA Date . Location ID Samnled · TW-OIGW 28_-lan-99 . • NB-MW04DP 25-lan-99 NB-MW06DP 2Q-1an-99 NB-MW07DP · 22-lan-99 NB-MW09DP 21-lan-99 NB-MWIODP 23-lan-99 NB-MW12DP 28-Jan-99 NB-MW13SH · 20-lan-99 .• NB-CW08DP 24-lan-99 NB-MW03DP 25-lan-99 NB-MWl4DP 24-lan-99 NB-MWl5DP 22-lan-99 NB-MW17DP 20-1an-99 NB-MW18DP 24-lan-99 NB-MW21DP 19-lan-99 NB-MW22DP 21-lan-99 NB-CW06DP ·30-lan-99 NB-CW07DP 29-lan-99 NB-PW408DP 30-Jan-99 Notes: PCE .TCE 1,2-DCE vc J tetrachloroethene trichloroethene 1,2-dichloroethene (total) vinyl chloride · estimated value PCE TCE. · 1,2-DCE . (11i,/L) fop/L) . "'"/I\ Top of Bedrock Aquifer 250 191 100 ·IOU. IOU IOU 2800 · 310U 770 IOU .IOU . IOU 13 , IOU IOU IOU IOU IOU 170 IOU IOU . IOU IOU IOU , IOU IOU IOU Bedrock Aquifer 59 31 24 100 IOU 2] IOU IOU IOU IOU IOU IOU IOU IOU IOU IOU IOU IOU IOU IOU IOU 5400 3501 1900 97. 41 71 IOU IOU IOU u material was analyzed for but not detected 00-037/3280-096/1212 , 2-14 VC (m,(L) 20U1 IOUJ 310UJ IOU IOU IOUJ IOUJ IOU IOUJ IOU1 IOUJ IOU IOU .. IOUJ IOU IOU IOOOU1 IOUJ IOUJ Ethane Ethene . /111!/I .. \ (uu/1 .\ 0.191 0.201 2.5U 2.6U 2.5U 2.6U 2.5U 2.6U 2.5U 2.6U -2.5u 2.6U 2.5U 2.6U 2.5U . 2.6U 2.5U 2.6U · 2.5U 2.6U 2.5U . 2.6U 2.5U 2.6U 2.5U 2.6U 2.5U 2.6U 2.5U 2.6U 2.5U 2.6U 2.5U 2.6U. 2.5U 2.6U 2.5U 2.6U I I I. I I I I I m 0 0 m m I I II I I I sampling event at MW-6 indicate concent~ations of PCE (910 µg/L) and 1,2-DCE (310 µg/L) that are substanti~lyiess than those colle~ted in January .1999 [PCE (2,800. µg/L) and 1,2- . DCE (770 µg/L)], the g~neral distribution of contaminants is similar. Furthermore, PCE · concentrations record_ed at MW-9 (13 µg/L) and MW-12 (170 µg/L) in January 1999 are similar to those recorded in July and August of 1998 (MW-9 = 16 µg/L; MW-12 = 160 . · µg/L ), indicating a good correlati~ri between the two data sets. . The downgradient extent of contamination is defined by CW-8, which had nondetect levels of chlorinated contaminants. Monitoring wells down gradient of CW-8 (MW-7, MW-I 0, and M~-13) also had nond~tect'levels of chlorinated contaminants. . Bedrock Aquifer Figures 2-20 through 2-22 (Appendix A) present bedrock aquifer field data (PCE, TCE, and l ,2°DCE) for January 1999._ The 1996 bedrock aquifer field'data produced during the RI are also presented in the figures for comparison purposes. The extent of chlorinated solvent co~tarnination in the bedrock aquifer is si~ilar to that presented in the RI and the Data Acquisition Report. In general, contaminant concentrations (PCE, TCE, 1,2-DCE) recorded at CW-6 during 1999 were 20 percent to 50 percent higher than those recorded in 1996. The highest concentration of PCE was recorded at CW-6 (5,400 µg/L) and corresponds with · elevated biodegradation daughter product concentrations (TCE = 350 µg/L, 1,2-DCE = 1,900 µg/L)·. Chlorinated contaminants were also detected at MW-03 (PCE = 59 µg/L, TCE = 3 µg/L, 1,2-DCE = 24 µg/L); MW-14 (PCE = 100 µg/L, 1,2-DCE = 2 µg/L); and CW-07 (PCE = 97 µg/L, TCE = 4 µg/L, 1,2-DCE = 7 µg/L). 2.8 GROUNDWATER GEOCHEMISTRY General groundwater chemistry parameters were measured to better define environmental conditions across the Site. These general groundwater chemistry parameters are similar for both the top of bedrock and bedrock aquifers and are therefore discussed together below. 00--037/3280--096/l212 2-15 I I I I I I I I I I I B 0 u . Groundwater pH Gr~undwater pH values range from 5 .. 5 to 8.7 standard units (SUs), with only a few wells falling slightly outside the 6 to 8range (MW-10, MW-13, MW-03, MW 14, and PW 4.08). Groundwater Alkalinity . ' . ' Total alkalinity valuesthroughout the Site range from 30 to 195 mg/L as CaCO3, with .· · background alkalinity values in the top of bedrock aquifer (55 mg/Las CaCO3) and bedrock '' · aquifer (30 mg/L as CaCO3) among the lowest at the .Site [Figures 2-23 and 2-24 · (Appendix A)]. Groundwater TOC ,· Total organic carbon (T.OC) groundwater concentrations throughout the Site are generally ' ' low, ranging from 3 to 13 mg/L [Figures 2-25 and 2-26 (Appendix A)]: Macronutrient Avaifability Ammonia concentrations are generally very low throughout the . Site (i.e., less than 0.05 mg/L), with the exception of MW-03 (1.76 ing/L). Similarly, ortho-phosphate concentrations are low throughout the Site, with values.all falling below 0.5 mg/L. Additional Groundwater Parameters In addition to the above-mentioned parameters, groundwater samples were analyzed for chloride, specific conductivity, and turbidity. Chloride and specific conductivity measurements were used to distinguish between potentially different hydrologic zones. Although chloride and specific conductivity values varied throughout the Site, values for each generally fall within one order of magnitude. Turbidity measurements were used to 00.037/3280-096/1212 2-16 I I I I I I I I 0 u I I I I I determine when groundwater purge water reached "stable" conditions, thereby verifying that . purge water was representative of the local aquifer formation. 2.9 BIOCHEMISTRY . Field ~d analytical laboratory result~ for biochemical and geochemical data are pro~ided in Tables 2-5 _and 2-6 ~d dis~ussed below. 'Background conditions for the top of bedrock . . . . -. . . . aquifer are assumed to be defined by monitoring well MW-04, while background conditions for the bedrock aquifer are assumed to be defined by PW-4.08. Top of Bedrock Aquifer Electron ~cceptor and metabolic byproduct d~ta suggest that much ~fthe Site is oxidized and . ' under aerobic conditions [i.e., dissolved .oxygen (DO) concentrations > 1.0 mg/L]. DO concentrations are highest at the background well (MW-04 = 7 .1 mg/L) and only slightly depleted at downgradient locations. · The lowest levels of DO are recorded at TW-01 (3.2 mg/L) aild CW-08 (2.0 mg/L) and correspond with the highest levels ofTOC in the top of bedrock aquifer (TW-01 = 12 mg/L; CW-08 = 11 mg/L ). The background concentration for nitrate was 0.9 mg/L(MW-04). The highest nitrate concentration was 8.6 mg/L (TW-01 ). Methane concentrations are generally below detection limits throughout the Site (-1.5 µg/L ), with the highest methane concentration at MW-09 (23 µg/L ). The background concentration of ferrous iron [F e(ll)] is nondetect and low throughout the Site (less than 0.1 mg/L ). Sulfate concentrations at the background location are nondetect (MW-04) and generally below 5 mg/L, with exceptions at MW-13 (16 mg/L) and CW-08 (21 mg/L). Bedrock Aquifer DO concentrations are highest at the background well (PW-4.08 = 5.2 mg/L) and slightly · depleted at downgradient locations. The lowest DO concentration was recorded at MW-17 (0.65 mg/L). All other downgradient monitoring wells have DO concentrations greater than 00-037/3280..096/l212 ' 2-17 N ' -00. Location ID Date Sampled TW-0IGW 28-Jan-99 NB-MW04DP 25-Jan-99 NB-MW06DP 29-Jan-99 NB-MW07DP 22-Jan-99 NB-MW09DP 21-lan-99 NB-MWI0DP 23-Jan-99 NB-MWl2DP-28-Jan-99 NB-MW13SH 20-lan-99 NB-CW0SDP 24-Jan-99 NB-MW03DP 25-Jan-99 NB-MW14DP 24-Jan-99 NB-MWl5DP 22-Jan-99 NB-MW17DP .20-Jan-99 NB-MW18DP 24-Jan-99 NB-MW21DP 19-lan-99 NB-MW22DP 21-Jan-99 NB-CW06DP 30-Jan-99 NB-CW07DP 29-Jan-99 NB-PW408DP 30-Jan-99 NOTES: Alkalinity = Alkalinity as caJcium carbonate TOC = Total Organic Carbon, disso!Ved .. iiiii iiii -· -· -· --·· ----- TABLE2-5 JANUARY 1999 FIELD BIOCHEMICAL AND GEOCHEMICAL DATA NORTHBELMONT PCE SITE . . NORTH BELMONT, NORTH CAROLINA pH Temperature Conductivity Turbidity. Alkalinity Chloride . (SU) (C) (mS/cm) (NTU) ·(mg/L) (mg/L) · Top of Bedrock Aquifer 6.62 17.6 0.26 72 uo 6.4 . 6.93 19.2 0.085 0 . 55. 1.7 7.07 . 17.2 0.077 0 50 1.9 6.41 17.6 0.244 7.72 85 10.8 6.36 17.4 0.178 . 29 ·. 75 4.3 5.49 18 0.198 19.2 70 7.7 NA NA NA NA 80 2.2 5.7 16.6 0.18 1.5 50 6 6.52 15.4 0.286 0 105 11.7 Bedrock Aquifer 8.48· 18.8 0.348 0 195 · 7.2 8.66 17.3 0.134 0 80 2.1 6.32 17.2 0.236 43 125 23.6 · 7.55 15.7 0.192 605 115 5.2 7.12 16.3 · 0.223 0 85 10.9 6.04 . 16.4 0.191 4.8 70 5.5 6.48 .. 16.8 0.198 14.2 80 9.3 7.07 · 16.2 0.143. 0 85 2.4 6.88 17.2 0.223 · 0 JOO 4.9 5.92 14.3 0.095 0 30 4.6 • Includes dissolved and suspended A = Average vaJue ... Ammonia Phosphate TOC (mg/L) (mg/L) (mg/L) 0.01 . 0.05: 12. 0.01 0.28 3.9 0.01 .. .. 0.31 3.2 0 0.25 4.4A 0.01 0.23 5.2• 0 0.22 10 0.01 0.15 8.1 . 0 0.15 . 4.8• 0.01 0.21 11 · 1.76 0.21 SA 0.01 0.21 4.8 0.04 . 0.1 , 13 0 0.19 · 3• 0.02. 0.12 6.8 O.DI 0.1 2.3A* ·O 0.17 5.2• · 0 0.31 6.5 0.01 0.19 g.4· 0.01 0.02 7.3 I i . ' ' N ' -"' I!!!!. l!!!!!I I!!!! !!!!I == == == liiiill . ,;;;a· --liiiil . iiii iiii . ,' liiii liii ,· - Location ID TW-0IGW NB-MW04DP NB-MW06DP NB-MW07DP NB-MW09DP NB-MWIODP NB-MW12DP NB-MW13SH NB-CW08DP NB-MW03DP NB-MWl4DP NB-MW15DP NB-MWl7DP NB-MW18DP NB-MW21DP NB-MW22DP NB-CW06DP NB-CW07DP NB-PW408DP NOTES: DO HS A Dissolved oxygen Hydrogen sulfide Average value TABLE 2-6 JANUARY 1999 LABORATORY BIOCHEMICAL AND GEOCHEMICAL DATA NORTH BELMONT PCE SITE DO Date Sampled (mg/L) . 28-Jan-99 3.23 25-Jan-99 7.14 29-Jan-99 7.14 22-Jan-99 6.01 2 I-Jan-99 4.75 23-Jan-99 6.39 28-Jan-99 NA 20-Jan-99 NA 24-Jan-99 1.98 ·' 25-Jan-99 1.36 24-Jan-99 5.21 22-Jan_-99 3.53 20-Jan-99 0.65 24-Jan-99 2.65 19-Jan-99 NA 21-Jan-99 3.25 30-Jan-99 5.15 29-Jan-99 · 4.09. 30-Jan-99 5.19 NORTH BELMONT, NORTH CAROLINA Nitrate (mg/L) 8.6) 0.9) 0.05UJ 6.2) 1.5 1.6) 1.3) 2.3 7.8J 4.6) 1.4) 20) 2.8 4.6) 1.7 7A 1.2) 7.2) 3J J u Ferrous Iron Sulfate HS (mg/L) (mg/L) · (mg/L) Top of Bedrock Aquifer 0.04 2 0 '• 0 0 0 0.06 4 0 0.01 o: 0 0.01 I 0 0.02 0 0 0,03 1 0 0.04 16 . 0 O.DI 21 0 Bedrock Aquifer 0 0 .0 0 0 0 0.63 0 ·o 0 0 20 0.12 0 0 0.08 18 0 0.07 0 0 0 0 0 0.1 I 0 0 0 0 Estimated value Material was analyzed for but not detected · Methane · . (µg/L) I.SJ l.3U· 0.54) l.3U 23A l.3U I.IJ l.3U l.3U 3400 0.25) . 1.3) 0.38AJ l.6AJ l.3U 16 , 0.42AJ 1.2) l.3U Carbon Dioxide Redox (mg/L) (mV). 30 : 46.5 10 188.5 . .. 15 196 35 136 .. 35 126 75 238 35 NA 35 205 . 30 197.3 10 48 15 . 166.3 60 77 · 0 -54 15 30.3 20 126 30 84 15 278 15 61.7 30 274 i .; . ! ' I I I I I I I I I I I .I I I rng/L. The background concentration for nitrite was 3 rng/L (PW-4.08). The highest nitrite . . ' . . concentration was 20 rng/L .(MW-I Sf The background concentration off e(II) is nondetect . . and low thr~ughout the Sit~ (less than i rng/L ). · Sulfate concentrations at the backg~ound location are nondetect (PW~4.08) and genhally below I rng/L, with MW-21 as an exception (18 rng/L). Methane concentrations are generally low throughout the Site (~l.5 µg/L), with _ · the primary exception at MW-03 (3,400 µg/L). · 0Q.037/3280-096/1212 2-20 I I I I I I I I I I I I I I I I I I I 3.0 REQUIRED ACTIVITIES 3.1 GENERAL OVERVIEW In-well vapor stripping is generally defined to· include those processes that utilize multiple screened treatment wells, in conjunction with submersible groundwater pumping ~r air lift pumping, to induce ; gro~dwater recirculation cell. Groundwater th~t flows into a . -, . ·' treatment well is treated via in~well vapor air stripping. Vapors are collected from the well and treated as necessary at the surface. The groundwater remediatio~ system shall be designed, installed, operated, and maintrlined by the Contractor. . Following installation, the Contractor shall treat contaminated gro·undwater within in-well stripping wells, treat.th~ contaminated vapors [as necessary io meet.Site applicable or relevant and appropriate requirements (ARARs)], and _demonstrate . . · the effectiveness of the system relative to the performance criteria. The Contractor shall . . track the pr~gress of the remediation by collecti~g and analyzing sy~tem groundwater and vapo~ samples, determining the hydrologic treatment zone, and collecting and anaiyzing mohitoring well samples. The Contractor shall operate, ·maintain, and monitor the, · groundwater remediation system for a startup and demonstration period following installation and for one year thereafter. The Contractor shall evaluate the effectiveness of the groundwater remediation system as new data become available, and shall implement any . . -. changes to the remediation system and its operation that are necessary to meet the required · performance standards in this document. The Contractor shall also be responsible for abandoning an estimated 60 residential drinking water wells. All work performed under this · contract shall be under the supervision of a Professional Engineer who is employed by the . Contractor and registered in the State of North Carolina: This SOW provides the perform~ce standards for installation, operation, performance, and evaluation of the remedial system. The· Contractor shall be solely responsible for performing the detailed design of the system in order to install and operate the system to meet the 00-037/3280-0%/l 2 I 2 3-1 I I I I I I 0 I I I I I I I I objectives and requirements stated herein. At a minimum, the Contractor shall perform all engineering, process, hydraulic; electrical, mechanical, civi_l, structural;. and. other calculatio~s necessary to ensure proper sizing ~f equipment, piping, valves, wiring, and all . . . · required ancillary equipment. The_Contractor shall meet all performance standards contained in this document. · The hydrologic, chemical, and other data presented in this RFP are representative of the locations and conditions where the work was conducted and o_f the time that work was conducted: The Contractor is responsible for achieving the performance standards regardless· . if conditions vary away from the tested wells or if chemical concentrations have changed over time. The Contractor shall comply with all F e_deral, State, and local rules, regulations, and permitting requirements that could affe'ct the performance of this work. Applicable regulations include, but are not limited to, the following: • Resource Conservation and Recovery Act • Occupational Safety and Health Administration Requirements • State Hazardous Waste Regulations • State Air Emission Regulations • Local and national building, electrical, and other related codes • -Other federal, state, and local. ordinances • Clean Water Act The Contractor shall be liable_ for all ·penalties assessed due to permit and/or regulation violations or other inadequacies of the remediation system. All work must meet the approval and requirements of the Project Representative (CDM Federal), the State ofNorth Carolina, . the City of Belmont, and any other applicable agencies. Any or all of the above agencies may review submittals required by this subcontract. It is the Contractor's responsibility to respond to these comments. ()().())7/3280-096/1212 3-2 I I I I I I I I I u D E I I I . . . . . ' Th~ Contractor shall coordinate _with local emergency responders to ensure the proper 1mple~entation of the health and safety plan and specifically th~ emergency resp~nse plan. If nec~ssary, the Contractor shall ~eview _and complete an emergency responder agreement. The Contractor .shall conduct a kickoff meeting at the site with all local emergency ' . . . responders and notify the responders and the Project Representative of any changes to the . emergency respo·nse plan throughout the.work .. The Contractor shall provide documentation to the Project Representative which documents this coordination. · The Contractor shall complete the -~ork efficiently and in accordance with accepted industry standards. The Contractor shall ensure that the final design meets applicable and relevant ·. codes and guidelines, including the pertinent requirements of the following organizations: . AASHTO -American Ass;ci~tio~ of State Highway and Transportation Officials ACI -American Concrete Institute AIEE -American Institute of Electrical Engineers · ANSI -American National Standards Institute · API -American Petroleum Institute ASCE -American Society of Civil Engineers . ASME -American Society of Mechanical Engineers ASTM-American Society of Testing Materials A WS -American Welding Society A WW A -American Water Works Association NBS -National Bureau of Standards NEC -National Electrical Code NEMA :-National Electrical Manufacturing Association OSHA -Occupational Safety and Health Administration Material and equipment shall conform to the Contractor's final design specifications and standards. For· manufactured and fabricated products: • Design, fabricate, and assemble in a workmanship-like manner; • Manufacture like parts or duplicate units to standard sizes and gauges to be interchangeable; 00-037/3280-096/1212 3-3 I I I I I I I 0 0 I I I I • • . . When two or more of the same :item are required, the items shall be identical and provided by the same m.anufacturer; and . . Products shali be suitable for s~rvice conditions . Tue Contractor shall perform the work in accordance with the manufacturer'~ instrilctions. , ' . . . . .. ' . . . Tue.Contractor shall comm~icate frequently with the Project Representative and its on-site representative. · Each week that. the Contractor performs · work at the · site (including . . . . mobilization, survey work, construction, site restoration, testing, and demobilization), a weekly status report shall be prepared by the Contractor an:d submitted to the Project Representative. The weekly status report shall be provided to the Project Representative via . . . . . . e-mail ( attached files are acceptable) .. The. report shall be submitted prior to 9 :00 a.m. Eastern Standard Time on each Monday. Each weekly status report shaH include, at a m:inimum, the following information: • • • a s~ary or all work performed at the site up until the close of business the previous Friday,, a· summ.ary of all conversation and agreements made during the week, . . a summary of all problems encountered and steps planned corrective actions, • a summary of all subcontractors and key personnel who worked at the site the previous week, and · • updated schedule, if changes are required, from the previous week. The schedule shall be in Microsoft Project or PRIMA VERA software unless other arrangements are made . with the.Project Representative. Th~ Contractor shall attend meetings as required. At a minimum the Contractor shall be required to hold the foliowing meetings. At a minimum, the Contractor shall send its lead design engineer and project manager. 00•037/3280•096/1212 l 3-4 I I I I I I I I I u D D I I • . . Pre-design Coordination Meeting-Prior to initiating design work, the Contractor shall hold a pre-design meeting with the Project Representative; the City of Belmont, and EPA. · The meeting shall be held at the site .. · · • 90% Design Review Meeting-· The Contractor shall hold a 90% design review meeting with the Project Representative, the City of Belmont, and EPA. The Contractor shall · present the 90% design at the meeting. This meeting shall be held at the site. , Meeting-· Th~ Contractor shall hold a pre-construction meeting with the Project Representative, the City of Belmont, and EPA. The meeting shall be held at the site. After each meeting, the Contractor shall develop and submit meeting minutes to the Project . Representat\ve within three workding days. 3.2 WORK PLAN PREPARATION The Contractor shall prepare and submit to the Project Representative five copies of a Remedial Action Work Plan (RA WP) in accordance with the Remedial Action Schedule presented in Section 4.0. The objectives of the RA WP are to: • Provide the basis and details of the final design, • Present the remedial action approach, • Provide supplementary plans specified in Section 3.2.6 to evaluate compliance with · the performance standards, · • Provide the methods that will be used to perform a tracer test to define the system's treatment zone, • Provide a summary of.all ARARs and how compliance will be obtained, and • List all required permits. Following receipt of comments from the Project Representative, the Contractor shall revise the draft RA WP and resubmit it to the Project Representative. The Project Representative's 00-03 7/3280-096/ I 212 3-5 I I I I I I I • g u D I I I I I I I I approval of the RA WP must be obtained prior to mobilization. The RA WP shall contain the components discuss·ed in the following subsections. · · · 3.2.1 GROUNDWATER MODELING.· The Contractor shall perform groundwater modeling to optimize the location, design, and operational panimete~s for. in-weil vapor stripping _wells and to. minimize the time of groundwater ~ontamination remediation in the saprolite, top of bedrock, and bedrock aquifers. The model shall project the time of travel for water and contaminants from the source area ·to the in-weli ·vapor stripping ·wells to· support estimation and minimization of the remediation time. · The model shall also determine the number of stripping cycles that are . required to attain the perfo~ance goals stated in Table 2-1. A three-dimensional _model . shall also be employed to demonstrate the interactio~ am~ng the three aq~ifers during system· operation.· The output of the model shall demonstrate that groundwater contamination within the Phase I Treatment Area.boundaries will be within the system's treatment zone. The · Contra~tor shall present results of a minimum of two different system ·well configurations to demonstrate _that the optimum well locations and operational parameters have been selected. 3.2.2 REGULATORY COMPLIANCE AND PERMITTING The Contractor shall describe the approach for ensuring regulatory compliance and for acquiring the necessary permits to p_erform all of the services required as part of this SOW. The Contractor shall document and provide evidence of compliance with all Federal, State, and local rules, regulations, and permitting requirements to the Project Representative. In the State of North Carolina, activities regulated under the Comprehensive Environmental Response,. Compensation, and Liability Act (CERCLA) are not required to apply for or obtain air permits for construction or operation. However, activities regulated under . 00-037i3280-096/1212 3-6 I I I I I I I I I I m g D 0 D E I m I CERCLA are required to conform to.the ARARs identified for that activity (i.e., just as if it were permitted): Specific ARARs forthi_s activity may be found at I SA NCAC 2D.1100 which establishes the applicability of North Carolina toxic air.pollutant control niies. For example, if applicable under Section .1102( ~), th~n emission; fro in this activity ~ould be restricted to levels which would not cause or contrib~te to _the ambient air, coricentrations of the toxic air pollutant that may adversely affect humanheaith.' Site-spe~ific ARARs from Chapter 7 of the North Belmont PCE Site, North Belmont, Gaston County, North Carolina: Record of Decision (EPA 1997a) are included in Appendix B of this document 3.2.3 SYSTEM DESIGN AND LAYOUT The groundwater remediation system shall address groundwater contamination within the tliree aquifer units (saprolitic, top ofbedrock and bedrock) within the Phase I Treatment Area boundaries shown in Figur~ 3-1 (Appendix A). The Contractor shall use.either individual (at each well point) or central blower/vapor unit(s). A central blower/vapor treatment unit, if required, shall be approximately located as shown in Figure 3-1 (Appendix A). All required piping and electrical connections from treatment wells to i:he blower/vapor treatment · unit( s) shall be placed in trenches to a depth that is protective of weather and other potential . damaging conditions. The Contractor shall describe the proposed design and layout of the in-well vapor stripping system. Full-size design drawings are not necessary in the Work Plan; however, diagrams of the system layout and a basic flow diagram or piping and instrumentation (P&ID) shall be provided. The layout shall provide proposed treatment and monitoring well locations, pumping rates, air/water ratios, r~quired cycles_to meet groundwater goals, piping alignment, pump placement, and location of vapor treatment processes. The Contractor shall describe 00-037/3280-096/12l2' 3-7 I I I I I I I I D I I I I I I I I system .installation, startup and performance demonstration, monitoring and O&M responsibilities, site cl~anup, and the implementation of optional services described in the SOW, which may be exercised. ·-Drawings :of propo;ed equipment buildings shall be provided td show compliance on the reduction of visual impact. Building drawings shall . . , . . indicate dimensions, construction material, color, and show a minimum of two sides of the building. Building humidity and temperature controls shall be detailed in the RA WP . . System instrumentation and control shall _be fully described in the RA WP .. The system shall . be fully automated (able to operate unattended 24 hours a day) and have alarm callout (autodialer) capability. The system shall also meet all the requirements stated in Section · 3.7.1 of this document. The Contractor shall identify the wells (existing and proposed) to be used as part of the performance_moni_toring network (see Subsection 3.7.2). The foHowing conditions apply to the layout of the system. • • • • • The blower/vapor treatment building must be completed in such a way as to reduce · its visual impact and be properly ventilated and heated. · The building shall be a maximum of one story high and be constructed of brick or wood to match the style . of nearby residents. The Contractor shall maintain building humidity and temperature, year around, which is protective of the installed equipment. All treatment wells must be installed in flush-mount vaults . All required trenching will be designed and installed so as to minimize impacts to nearby residents and other land users. No residential roadways shall be closed for . more than two hours. The Contractor shall notify the Project Representative of all planned trenching work which will impact residents at least two working days prior · to the scheduled work. The Contractor shall perform ~equested ~urveys and identify all access requirements to business and residential lots. The Contractor shall supply sufficient information to the Project Representative so that right-a-way negotiations or site access agreements can be conducted with impacted owners. Blower/vapor treatment unit( s) must be enclosed and equipped with noise reduction elements to limit sound levels to 45 decibels at the nearest residence. 00-037/3280-09611212 3-8 I I I I I I I m n u D ' I I I I I 3.2.4 TRACER TEST METHODS A tracer te~t shall be performed t~ provi_de evidence. that the system's treatment z~ne includes contaminated groundwater in all three aquifer units (see Section 3.4). The RA WP shall ' . . . . . . . include a description of the proposed tracer test and the methods that will be used to perform this test .. The test shall bedesigned to demonstrate the travel times required for injected tracer to reach various locations in the three aquifer units. The tracer test may include DO . . · monitoring, but may ~ot sol~ly us~ DO as the tracef. . Re~ults of the tracer test will be evaluated for acceptance by the Project Representative. The results win primarily be · · evaluated with ~egard to estimating the three dimensional extent of the system's treatment zone. This _evaluation will take into consideration the nature of the three aquifer units and the inheren~ difficulties in defi~ng groundwater path~ays in these units. 3.2.5 REMEDIAL ACTION SCHEDULE · The Contractor shall provide a schedule for the remedial action: The schedule shall include: • • Design and Reviews . Permitting ( obtaining Authorization to Co~struct) • • • Mobilization · Procurement Submittals • Reviews • . System installation • Startup and performance demonstration • Monitoring · • O&M activities • Well abandonment activities • Reporting • Other Milestones in Section 4 of this SOW The schedule shall comply with the project schedule provided in Section 4 of the SOW. 00--037/32&0-096/1212 3-9 I I I I I ,, I I I I I I I I 3.2.6 SUPPLEMENTARY PLANS As pait of the RA WP, the Contractor shall prepare the following supplementary plans: • Health and Safety Plan/Contingency Plan (HASP/CP) • . Sampling and Analysis Plan (SAP) • Pollution Control and Mitigation Plan ' • Construction Quality Assurance Plan (CQAP) • Performance Monitoring Plan (PMP) . These documents shall be submitted together and on the same schedule as the rest of the RAWP. 3.2.6.1 Health and Safety Pl~n and Contingency Plan The Health and Safety and Contingency Plan (HASP/CP) shall comply with the requirements . . . of 40 CFR 300.150 and OSHA Standard 29 CFR 1910.120(b)(l) through (b)(4), and shall . , · specify employee training, a health and safety risk analysis, a description of monit~ring and personal protective equipment, medical monitoring, standard operating procedures, and site . control, The HASP/CP. shall also comply with all other applicable OSHA requirements, The contractor shall prepare a Contingency Plan written for the on-site workers and the local potentially-affected population. The plan shall include a Spill Control and Countermeasures . . . . Plan, which shall include the following: I. Contingency measures for potential spills and discharges of contaminated soil, water, slag, or other material, , 2. A description of the methods and facilities to be utilized to prevent contamination of soil, water, atmosphere, uncontaminated structures, equipment, or other material by spills or discharges. 3. A description of the equipment and personnel necessary to perform emergency measures to contain any spillage and to remove spilled materials and soils or liquids 00-03 7/3280-096/ 12 l 2 3-10 I I I I I I I D D I I I I I I that b~come contaminated d'ue to spillage. Disposal methods for collected spill · material must be identified. · · 4 ... A· description of the equipment'and personnel to perform decontamination measures · that may be required for previously _uncontaminated structures, equipment, or material. · · · The HASP/CP shall also include an Air Monitoring Plan to ensure the protection of onsite workers and off site population and ecology. The plan shall discuss required health and safety · nionitori~g during construction activities. In particular, instrumentation (i.e., HNu/OV A, . . . . . miniram) required for intrusive work shall be specified. In addition, a more comprehensive air monitoring program will be implemented during the soil portion of the construction phase · ( excavation, treatment, and transportation). The Contract;r shall determine the required air . sampling stations (with samples sent for offsite analysis) which will ensure the protection of nearby residents. 3.2.6.2 Sampling and Analysis Plan General The Contractor shall prepare a SAP for the remedial activities. The SAP shall cover the required sampling associated with predesign sampling and analysis, startup and performance monitoring, construction, site restoration, and other remedial activities as required. This plan will be used to ensure that all sample collection and analytical activities are conducted in accordance with technically accepted protocols, and that the data generated will meet the data quality objectives established. The SAP will consist of a detailed site-specific Field Sampling and Analysis Plan (FSAP) and a Quality Assurance Project Plan (QAPP). 00-037/3280-096/1212. 3-11 I I I. I I I I D I I I I I I .. . Field Sampling and Analysis Plan The FSAP ~11 describe in detail the ~arious field activities ~coped for the remedial action . · The FSAP will state the sampling objectives; identify the location, number of samples, ; . ' .. •' ' sample types, and analyses necessary to define site contamination; and list the necessary . . . equipment for perforining the field sampling·· activities.· This plan will provide a guide for all field work, identify the individuals responsible for site work activities, and provide detailed procedures for conducting all field activities .. · Quality Assurance Project Plan The· QAPP will be prepared i~ accordance_ with EPA Region 4 guidelines and EPA QNR.~5 (latest draft· or revision) for all site sampling activities .. The QAPP will specify the . . . ' procedures that must be implemented· to ensure that data gathered at the site are consistent with specific quality goals of accuracy, precision, and completeness. Data Management Plan The Data Management Plan shall detail procedures for storing, handling, accessing, and . . screening data c~llected dui-ing remedial activities. 3.2.6.3 Pollution Control and Mitigation Plan General The Pollution Control and Mitigation Plan shall detail process, procedures, and safeguards that shall be· used to ensure contaminants or pollutants are not released off-site during implementation of remedial activities. The plan shall also include a Waste Management Plan (WMP) as detailed below. 00--03 7/3280-096/ 12 I 2 3-12 I I 1 .. I •• I I 0 I I I I I Waste Management Plan· · A WMP shall be developed which details how waste ~ill be handled during the remedial · action .. Waste will be generated during all phases of the remedial action; however, the handling of.waste is especially critical for the successful accomplishment of demolition and excavation. The.WMP shall also included a Waste Transportation and Disposal Plan. . . . The Waste Transpo~ation and Disposal Plan shall be developed which details how the waste . will be transported to the approved disposai facilities. The Contractor shall ensure that all ~perations (or loading and hauling of all wastes are in compliance with federal and sta~e Department of Transportation (DOT) regulations, EPA Hazardous Waste Regulations (40 . . · · CFR Parts 262 and 264), "Revised Procedures for Implementing Off-Site Response Actions" [EPA Office of Solid Waste and Emergency Response (OSWER) Directive Number9834. l 1, . November 13; 1987 or as amended], and all local requirements. Construction Quality Assurance Plan The Contractor shall submit a CQAP. The CQAP shall be prepared in accordance with "Construction Quality Assurance.for Hazardous. Waste Land Disposal Facilities" (EPA, 1986). The CQAP shall then be finalized and submitted with the final design. At a .. minimum, the draft.CQAP shall provide requirements for the following elements: • Responsibility and authority of all organization and key personnel involved in the remediation action construction. • CQA Personnel Qualifications. The Contractor shall establish the minimum qualifications of the CQA Officer and supporting inspection personnel. • Inspection Activities. The Contractor shall establish the observations and tests that will be required to monitor the construction and/or installation of the components of the remedial action( s ). The plan shall include the scope and frequency of each type· of inspection · to be conducted. Inspections shall be required to verify compliance with environmental. requirements and include, but not be limited to, air 00-037/328()...()96/1212 3-13 I I I I I I 0 0 I I I I I I i. quality and emissions monitoring r6cords, waste disposal records ( e.g., RCRA transportation manifests), etc. Inspections shall also ensure compliance with all · .health and safety procedures .. . • Sampling requirements. The Contractor shall establish the requirements for .sampling activities, sample size, sample locations, frequency of testing, standards · for acceptance and rejection, and plans for correcting problems as addressed in the . project specifications. • Documentation. The Contractor shall describe the reporting requirements for CQA activities. This shall include such items as daily summary reports and inspection data sheets. The Contractor shall establish and hnplement a comprehensive quality assurance program in order to define the reliability of the samples collected and analyses performed under this SOW. This program shall be documented in the QAPP. The Contractor shall describe the procedures for the collection of groundwater and vapor · samples. The procedures shall be in conformance with EPA Regi~n 4. Standard Operating Procedures (SOPs). Duplicate, blank, and other quality control (QC) samples shall meet EPA Region 4 requirements. · The Contracto~ laboratory perfo~ing the organic analyses under this SOW shall follow the ·analytical protocols and quality control requirements as specified in "Superfund Analytical Methods for Low Concentration Water for Organics Analysis," October 1992. The laboratory performing the inorganic analyses under this SOW shall follow the analytical protocols and quality control requirements as specified in EPA Contract Laboratory Program . Statement of Work for Inorganic Analysis, Multi-Media, Multi-Concentration, Document Number ILM02.0, including ·Revision ILM02.l, September 1991. The laboratory quantification · limits must be lower than the remediation goals established in Subsection 3.4.2 of this SOW and the treatment performance standards, unless not achievable by any EPA-approved analytical method. 00-03 7/3280-096/1212 3-14 I I I I I I I 0 D I I I I I I . Required air/vapor . samples 'shall be analyzed m accordance with EPA Region 4 .requirements. . . . -. Performance Monitoring Plan · The PMP will contain information on how the Contractor intends to monitor system ·performance.. The plan wili provide informati~n _on how sy~tem performance will be measured and evaluated during both startup and normal operation phases of the trea~ent system. A more detailed description of performance monitoring will be provided in the O&M Plan discussed in Section 3,. 7. The PMP will address the items listed below:. • . groundwater modeling (Section 3.2.1 ); . • regulatory compliance (Section 3 .2.2); • tracer test methods (Section 3.2.4); · • groundwater remediation system(Section 3.4); • determine and document contaminant mass removal rat;s (Section 3.4.2); • monitoring well installation (Section 3.5); • startup arid performance demonstration (Section 3.6); • operation, maintenance, and related activities (Section 3. 7); and • optional services (Section 3.8). · 3.3 PREDESIGN SAMPLING AND ANALYSIS Prior to preparing the RA WP, the Contractor shall measure the water _level and collect a groundwater sample following EPA Region 4's SOP from each of the monitoring welis potentially within the treatment zone of the system, and all monitoring wells installed by the Contractor. The samples shall be analyzed for chlorinated VOCs as described for EPA Method SW-846. These samples may also be analyzed for other parameters, as deemed necessary by the Contractor. Sampling and analysis shall be conducted as described in the approved QAPP. The storage and disposal of purge water shall be the responsibility of the Contractor. . The laboratory quantification limits must be as low as or lower than the remediation goals established in Subsection 3.4.2 of this SOW and the treatment standards, 00-037/3280.096/1212 3-15 I I I I I I I I I I I I I I I I D I unless they are demonstrated to be n~t achievable by an EPA-approved analytical method. The Contractor shall prepare and analyze duplicate, blank, and spike samples each in ,· numbers equal to 10 percent of the site samples. The analytical results and water table . . elevations shall be provided to the Project Representative within 40 days of s~pling. . . . . . 3.4 GROUNDWATER REMEDIATION SYSTEM . . . . . 3.4.1 GENERAL REQUIREMENTS . . The Con;actor shall provide all necessary labor, supplies, services, and utilities to design, furnish, install, operate, and maintain the groundwater remediation system. . The· performance of all components of the remediation system shall be guaranteed for the. duration of this Contract. Any component that fails during the Contract period shall be replaced by the Contractor at no additional charge to the Project Representative. The Contractor is responsible for performing a utility survey to ensure that no utility lines impact or are impacted by the construction or operation of the remediation system. 3.4.2 GROUNDWATER TREATMENT SYSTEM The groundwater remediation system (in-well vapor stripping) shall treat groundwater from the portions of the saprolitic, top of bedrock and bedrock aquifers within the boundaries defined for Phase I Treatment Area in Figure 3-1 (Appendix A). Plume maps shown in this SOW shall be considered approximate. The Contractor is responsible for treatment of groundwater within the Phase I Treatment Area boundary regardless of the actual extent of contamination. 00--037/3280-096/ 1212 3-16 I I ·I· -·. I I I 0 D m I I I I I I I I I The treatment system shall achieve the foll~wing minimum standards: . 1. All contami~ated groundwate~ in the thr~e · aqufrer units within the Phase I Treatment Area boundary shall be within the treatment zone of the· system. 2. 3. 4. I a. Initially demonstrate that the treatment zone of the system covers the three . aquifer units with the Phase· I Treatment Area boundary by determining the· three-dimensional poteiltiometric surface during system operation. I b. Confirm tile treatm~nt zone covers the target groundwater volume in three dimensions by performing a tracer test and demonstrating tracer recovery in : :appropriately screened monitoring wells. Monitor the groundwater pumping rate for each treatment well and the overall · . system and define the contaminant mass flux into and out of each treatment well. Monitorthe contam_i~ant mass removal ~ate cifthe overall system via VOC analyses · of the vapor streams and flow total_izer results. Demonstrate that all vapor emis~ions from the system meei the site ARARs. The Contr~ctor shall be fully responsible for developing the design and for meeting all standards, regardless of the pumping or vapor extraction rates and number of wells actually required to· meet these standards: Drilling logs shall be recorded in accordance with EPA Region 4 SOPs and submitted to the Project Repr~sentative within 30 days of the co~pletion of all extraction wells. The logs shall include, at a minimum, the following information: • Unified Soil Classification System (USCS) soil classifications and estimated percent of each soil type • Blow counts per foot • Depth to groundwater ' . . The wells shall be installed without glues or ~ther compounds that may release VOCs. . 00-037/3i&O...Q96/1212 . 3-17 I I I I I I I g 0 0 D I I I I After well inst~llation, the Contractor shall survey the well locatio~s to an accuracy of I foot or less horizontally, and 0.01 foot or less vertically .. The survey must be performed by a ' . . . ' -. · · surveyor lic.ensed in the State of North Carolina .. Any new monitoring wells shal_l be developed until the discharge groundwater is clear and free of turbidity, · sand, silt, and drill cuttings, as · indicated by a measurement of IO nephelometric turbidity units (NTUs) or less in well samples. Storage and disposal of development water shall be the responsibility of the Contractor: The wells shall be securely locked and protected from damage from vehicles. . . . The Contractor shall provide and install the equipment required to verify and document achievement of the performance standards. The Contractor shall perform a leak test of all piping to confirm that no leaks exist prior to backfilling over the transmission line, and shall repeat the leak test after backfilling. The . . · transmission line shall be protected frorri damage from freezing and other potentially · damaging conditions .. 3.4.3 VAPOR TREATMENT SYSTEM. The vapor treatment system shall remove the contarni_nan_ts as required by site ARARs (Appendix B) to allow atmospheric di_scharge of the treated vapors. Vapor admissions will be treated by adsorption onto granular activated carbon units. A heater shall, if required, be · installed to raise the relative humidity of the air going to the granular activated carbon units. Vapor effluent shall not cause an odor nuisance to_ surrounding residents or other land users.· The air emissions from the treatment system must comply with North Carolina Air Pollution Control Regulations and all other site ARARs (Appendix B). 00-037/3280-096/1212 . 3-18 I I I I I I I u 0 u I I 3.4.4 INSTALLATION AND CLEANUP . . The Contractor shall be responsible for clearance from, and protection of, underground and above ground utilities in areas of well or piping installation, or any other a~tivities involving · subsurface disturbance, and shall replace to existing conditions any utilities damaged during . . . . installation_ of the remediation system. The Contractor shall replace and match any existing asphalt pavement, concrete, railroad tracks, grass, landscaping, or other improvements that ' . . . are displaced, disturbed, or destr~yed during installation or remedial activities. · The Contra~tor shall install the remediation system, including obtaining and connecting to all required utijities, and shall cleanup and dispose of all debris generated pursuant to this SOW, including but not limited to drill cuttings and well development water, in accordance with . ' applicable local, State, and Federal regulations .. The Contractor shall maintain safe and . . . , . sanitary conditio~s both during remediation and at contract completion. The C::_ontractor shall perform all system installation activities.in a manner that minimizes impacts to residents and other land users. Work shall only be performed between the hours of8:00 a.m. and 6:00 p.m. on weekdays. Work shall not be performed during any federal holiday and weekends. 3.5 MONITORING WELL INSTALLATION The performance standards for monitoring the well system are as·follows: I. The system shall be capable of being used to verify that the treatment zone of the in-well vapor stripping system incorporates all portions ·of the plume of contaminated groundwater in the three aquifer units. 2. The system shall be capable of being used to measure the progress of the remediation towards attaining the remediation goals and to verify if and when the remediation goals have been achieved in all three aquifer units. · 00-03 7 /3280-096/ 12 I 2 3-19 I I I I I I I D u 0 0 u D I E . The Contractor shall install monitoring wells to augment the existing monitoring ~ell network within the boundaries of Ph~e I Treatment Area [Figure 3-2 (Appendix A)]. The wells shall be 4 inches in diameter and be constructed without glues or joint compounds. The wells shall be installed in accordance with weH installation requirements of: • · EPA Region 4 SOP • State of North Carolina nie Contractor shall be responsible for clearances of underground utilities at each drilling location. Within 30 days of installation, the Contractor shall provide boring logs for each well location to the Project Representative. The boring logs shall include, at a mi~imum, the following· information: .. · .. • USCS soil classificatiqns and estimated percent of each soil type Blow counts per foot Depth to groundwater . After installation, the Contractor shall survey the well locations to an accuracy of 1 foot or less horizontally, ~d 0.01 · foot or less vertical!{ The survey must be performed by a . surveyor licensed in the State ofNorth Carolina. The monitoring wells shall be developed within 24 hours after installation until the discharge . · groundwater is clear ar{d free of turbidity (less than 10 NTUs): sand, silt, and drill cuttings. The storage and disposal of development water shall be the responsibility of the Contractor. The wells shall be securely locked and protected from damage from vehicles. The Contractor shall perform all system installation activities in a manner that minimizes . impacts to residents and other land users. .. · 00-037/3280-096/1212 3-20 I I I I I I I ·1 I g a D D D D u 3.6 STARTUP AND PERFORMANCE DEMONSTRATION The Contractor, to demonstrate performance, sh~ll operate the remediation system at full . . . flow rates while achieving all performance standards for vapor treatment for a minimum of 168 consecutive hours. In addition, sufficient water table elevation readings shall be ·m~de I. . . . . . , , . ,' . to define the three dimensional potentiometric surface during system operation and provide ~vidence that the treatment zone includes the ·targeted groundwater. Pumping rates at treatme~t ~ells shall be adjusted as · appropriate based on water table elevation m~~surements, and the system shall continue opeiation to the end of the 30-day performance de~onstrat10n period. · The Contractor shall provide to the Project Representative written records of flow meter/totalizer readings and chemical analysis of groundwater and vapors as necessary to document performance. All testing results ·shall be forwarded to ilie Project. Representative within seven days of sampling. Analytical methods from the approved CQAP shall be employed. Tracer testing may begin following submittal and approval of water elevati_on data to the Project Representative. The Project Representative may terminate the Contractor for default if the performance standards are not achieved during the initial 30 days of the performance demonstration, and the Contractor shall return progress payments to the Project Representative if performance is not successfully demonstrated. Alternatively, at the Project Representative's discretion, the performance demonstration period may be extended beyond 30 days (at no additional expense) until the . flow rates and analytical samples indicate compliance with the performance standards. 00-037/3280.096/1212, 3-21 I I I I I I I I I I I I a n D u I Within 30 days after successful performance demonstration, the Contractor shall provide to the Project Representative as-built drawings (sealed by a North Carolina Prnfessional.. Engineer) for the layout and all components of the remediation system, including detailed electric~! and instrumentation. The Contractor shall revise the drawings if necessary 15 days after receiving comments from the Project Representative. With regard to utilities, process-related piping, and wiring, the as·-built drawings shall include: • • 3.7 Hcirizorital ~d vertical locations of underground and.above ground utilities, piping, wiring, and appurtenances within 50 feet of any portion of the remediation system; .· and ·Locations of exposed and concealed utilities, piping, and wiring, and appurtenances referenced to visible and accessible features of the work. OPERATION, MAINTENANCE, AND RELATED ACTIVITIES . . Services to b~ p~ovided by the Contractor following successful performance demonstration include the following: • O&M of remediation system; • Monitoring; • Providing an O&M Manual, monitoring reports, and other documentation; and •. Contract closeout. 3.7.1 OPERATION AND MAINTENANCE The Contractor shall perform O&M services for the remediation system for 3 3 5 days of successful operation completed during the first 365 days after the acceptance of the demonstration report. "Days of successful operation" are defined as calendar days during 00-037/3280-096/1212 3-22 I I I I I I I I I I I I D 0 E I which all treatment wells are operating at the design pumping rate or the optimized pumping rat~s and vapor emissions meet all site ARARs .. · Th~ Contractor is respo~sible for providing all utilities necessary to operate and maintain the . . ' . system. Downtime due to power outages, utility failures, or acts of God beyond the control . . of the Contractor shall be considered as part of the 30 days of downtime permitted during the first 365 days of operation.·. Repair or replacement of all components of the remediation·. . . . . . system for the duration of the contract shall be the responsibility of the Contractor. The .Contractor shall be responsible for the disposal of all wastes generated pursuant to . implementation of this SOW. The Contractor shall perform a leak test of all piping to confirm that no leaks have occurred at .the end of each 12 months of operation and at the end of the contract period. The . Contractor shall trace and repair any leaks. The c·ontra~toi-shall provide an alarm system that automatically and immediately notifies the Contractor in the event that the remediation system shuts down or otherwise requires · attention (such as blower shutdown, or pipe leak) during the Contractor's absence from the Site. The. Contractor shall take action within 24 hours of notification to correct any operational malfunctions. The Contractor shall be responsible for all damage or claims as a result of a spill from the system. The Contractor shall, within 24 hours of a· system shutdown or spill, notify the Project Representative of the spill or other malfunction. 3.7.2 MONITORING The Contractor shall provide all necessary services, supplies, equipment, utilities, and labor to conduct system monitoring throughout the base operations and maintenance period as described in the contract documents. Monitoring activities shall include remediation system monitoring and groundwater monitoring. 00-03 7/32SQ.Q96/l 212 3-23 I I I I I I I I I I D I I I I I Remediation System Monitoring . . ' The Contra~tor shall perform ~arnpling and analysis of each treatment well influent and effluent to verify compliance with the performance standards. Flow shall be recorded continuously. ·. Groundwater Monitoring Quarterly groundwater sampling and water level measurement shall be perfo~ed at all wells .. · in the.performance monitoringnetwork in order to evaluate plume migration and to define the treatment zone. Samples will be analyzed for halogenated VOCs. The performance moriito~ing network shall consist of the monitoring wells installed by the Contractor, plus those.monitoring wells included in the Performance Monitoring Plan. Docum_entation that .the required groundwater treatment rates. are maintained is required to verify iliat the performance standards have been achieved and O&M is being conducted as required .. General Monitoring Requirements Sampling and analysis of water samples will be conducted as described in the accepted QAPP, which incorporates _EPA Region 4 sampling SOP. The laboratory quantification limits must be as low or lower than remediation goals established in Subsection 2.3 of this SOW. The Contractor shall prepare and analyze duplicate, blank, and other QC samples in accordance with EPA Region 4 requirements. Measurements of pH may be made using a . field pH meter. The Contractor shall conduct weekly inspections of the treatment system operation and record in ink in bound logbooks the following information: 00-037/3280..096/l212 3-24 / I I I I I I I I I I I I I I I I I I I • Water levels in. all wells in the Performance Monitoring Plan • .Volume of water pumped by each treatment well during the week· . • Weekly average flow rate for each treatment well • Other system operating parameter readings for each well and the treatment system as defined in the O&M Manual . · • Time of inspectio~ and/o~ readings .. ·· . ' ' . ' . . . Activities ~hall be conducted in acco~dance with the procedures included in the O&M Manual ~o be prep~ed as part ~fthis Contract (see Section 3.7.3). System operators shall be trained as specified in the O&M Manual. 3.7.3 · DOCU~NTATION O&MMaitual . . . . Within 30 days afte; successful performance ~emonstration, the Contractor shall prepare and s~bmit to the Project Representative six copies .of the diaft and final O&M Manual that describes in detail startup and normal operating procedures, and routine and preventive maintenance procedures and maint~nance s~hedules for the entire remediation system. The manual shall be considered a dynamic document and the Contractor shall update the manual . . . . pursuant to eq~ipment change-out, procedure alternation, and modifications in other applicable syst~m conditions. The document shall address the operations and maintenance procedures for the project equipment, including instructions for operation, routine maintenance and cleaning activities and schedule, and troubleshooting procedures. A list of spare parts to be maintained and equipment suppliers and subcontractors with contact names, · · addresses, and telephone numbers shall also be included in the O&M Manual. Photocopies of warranties shall be included. 00-037/328o.-096/1212 · 3-25 I I I I I I I I I I I I I I I I I . . . . . . . The manual shall be of sufficient· detail to allow ·operation and · maintenance of the remediation system by tho;e unfainili~ with the system. The Contractor shall be responsible . . ' . · for updating the ~an~al at the end cif the contract period to incorporate revised O&M procedures and other relevant information to perform subsequent O&M, and for submitting the updated O&M Manual to the Project Representative within 15 days after completion of the base or final optional period of O&M. The Contractor shall revise the O&M Manual, if necessary, based on comments from the Project Represe.ntative. In addition, the O&M Plan will meet the following EPA mandated criteria: . . • • • • • • • An O&M Plan that includes a description of normal O&M including normal startup and shutdown procedures, tasks for operation, tasks for maintenance, prescribed treatment or operation conditions, and schedule for each O&M task. . · A description of pote~tial operating problems including common ~d/or anticipated remedies and useful-life analysis of significant components and replacements costs. Quality Assurance Plan for O&M including a description of routine monitoring tasks, description of required laboratory tests and their interpretation, required data ·. collection, and location of monitoring points comprising the points of compliance monitoring. Alternate procedures to prevent releases or threatened releases of hazardm1s substances, pollutants, or contaminants, which may endanger health and the environment or cause an exceedance of any cleanup standard. Corrective ~ction to be implemented in the event that dean~p standards · for groundwater, surface water discharges, and air emissions are exceeded and a schedule for implementing these corrective actions. Safety plan for O&M including a description of precautions and necessary equipment for site personnel, safety tasks required in the event of systems failure, and safety tasks necessary to address protection of nearby.residents. · Description of equipment including the equipment identification numbers, installation of monitoring components, maintenance of site equipment, and replacement schedule for equipment and installed components. 00-037/3280-096/1212 3-26 I I I I I I I I I I I I I I I I I m Monitoring Reports The Contractor shall providereports of all monitoring results to the Project Representative no more than 40 days following sampling, and as required by regulators to meet site ARARs. The quarterly groundwater monitoring reports shall include the analytical results in tabular .. ' ' format, groundwater elevation ~ontour maps for both aquifers, and concentration contour maps for both aquifers for all contaminants that exceed groundwater goals in at least two samples. 3.7.4 END-OF-CONTRACT ACTIVITIES If additional groundwater treatment is required at the end of the project contract period, the equipment shall remain at the Site at the end of the contract performance period. If the · system removal option is exercised by the Project Representative, the Contractor shall demobilize and deliver the system to the government freight-on-bo_ard origin point nearest to the Site.· The Contractor shall rev_ise as-built drawings that represent the layout of the remediation system prior to contract closeout. The Contractor shall ensure that all monitoring reports are · up-to-date and that all sampling results have been reported. The Contractor shall leave at the Site one copy of as-built drawings, the final version of the O&M Manual, the RAWP, and each monitoring report. All manuals and reports shall be bound in 8½-inch by 11-inch text · pages, three-ring binders with durable plastic covers, and shall contain a table of contents. The Contractor shall submit a closeout report indicating the status of each line item ( e.g., _completed, to be completed by specific date, on-going, option not exercised). . 0o.-037/3280·096/12l2 3-27 I I I I I I I I I I I I I g 0 D D · Final Site cleaning shall include the following: • .. R~move waste and surplus mat~rials, rubbish, and construction facilities from tlie · Site • Sweep paved areas and _rake clean landscaped surfaces .. Clean interior and exterior glass and surface; exposed to view; remove temporary labels, stains, and foreign substances; polish transparent and glossy surfaces; vacuum carpeted and soft surfaces • • Clean equipme~t and fixtures to a sanitary condition Replace filters on all operating equipment • · Clean debris from roofs, gutters, downspouts, and drainage systems The Contractor shall submit final application for payment identifying total· contract sum, previous pay~ents, and sum rem~ning due. 3.8 ABANDONMENT OF RESIDENTIAL DRINKING WATER WELLS Although not related to in-well vapor stripping, the· Contractor shall abandon an estimated 60 residential drinking water wells as shown in Figure 3~3 (Appendix A). The Contractor . . shall note that Figure 3-3 shows more than 60 residential well locations. The exact number and location· of residential wells shall be determined in the field by the Project Representative. Limited data on the construction of these wells was reported in the North . Belmont PCE Site, North Belmont, Gaston Co;nty, North Carolina: Record of Decision and is included in Appendix C of this document. Well abandonment activities shall be conducted in accordance with all applicable local, state, and federal guidelines including, but not limited to, the standards listed in ISA NCAC, Subchapter 2C, Section .0100. The Contractor shall provide all the supplies and services necessary to complete the work. The Contractor shall be responsible for all required permits, sampling, waste disposal, ~d associated paper work. 00-03 7/3280-096/ 1212 3-28 · I I I I I I I I I I I I I I I m a n 0 3.9 OPTIONAL SERVICES · The Contractor shall price the services listed in this subsection that may or may not be · exercised by the Project Representative. 3.9.1 OPTIONAL O&M After Item 002 has been completed, the Contractor may be contracted to provide O&M services on the remediation system for an additional period of time. The services to be provided shall be the same as those described in Subsections 3. 7 .1 through 3. 7 .3. The. ~dditional O&M services shall be contracted on a quarter-year basis (90 calendar days). Only quarters of successful operation shall be paid for. A quarter of successful operation shall be · defined as 81 days during which all of the treatment wells are operntional at· the design or optimized flow rates. The Contractor may be terminated if more th~ 15 days of downti~e are incurred during a quarter-year. The groundwater remediation, including O&M,. shall be ·considered complete when the remediation goals have been attained in all wells in the groundwater monitoring system for four or more consecutive quarters. · After the remediai system has been shut down, the Contractor may be required to restart the system one or more times if future groundwater concentration(s) exceed the groundwater remediation goals. If restartup .is implemented, the Contractor shall be responsible for restartup; operation, and maintenance of the remediation system. Restartup may occur anytime within two years after initial shutdown of the system and may occur more than once. 3.9.2 OPTIONAL TREATMENT WELL INSTALLATION AND HOOKUP . The Contractor is required to achieve the performance standards and will not be reimbursed if additional treatment wells are required in the effort to achieve the groundwater remediation , 00-037/3280.096/1212 3-29 I I I I I I I I I I I I I I I m D u 0 1 goals or performance standards. However, this option for additional treatment wells may be . -exercised; totally at the _Project Representative's discretion, if a modification to the groundwater remediation goals or performanc_e standards warrant it. Under this option, additional treatment wells may be required in addition to those installed as described in Subsection 3.4.2. The depth of the additional wells will vary and will be priced according to depth of screen bottom. · .· . . . The Contractor shall install the wells to the same standards as the wells installed in accordance with Subsection 3.4.2. · The Contractor shall provide all necessary supplies and services for the installation of the extraction wells, valves, meters, pumps, and connections to the treatment system. The Contractor shall be paid for the actual pipe lengths necessary to provide the connection in the shortest_ economical distance (in a-straightline, unless redirection is necessary to.bypass objects or properties). 3.9.3 OPTIONAL·MONITOR WELL INSTALLATION The Contractor is required to monitor the performance of the remediation system and will not be reimbursed if additional monitoring wells are required to monitor the effectiveness of the treatment system towards meeting the remediation goals. However, this option for additional monitoring wells may be exercised, totally at the Project Representative's discretion, if a modification to the remediation goals or performance standards warrant it. Under this option, additional monitoring wells may be required in addition to those installed as described in Subsection 3.5. The depth of the additional wells will vary and will be priced according to depth of screen bottom. The Contractor shall install the wells to the same standards as the wells installed in accordance with Subsection 3.5. The Contractor shall install all necessary supplies and services for the installation of the monitor wells. 00-03.7/3280-096/l212 3-30 I I I I I I I I I I I I I I I I I :, ,,. The Contra~tor will not be reimbursed for the instaHati~n of monitoring wells if the monitoring well layout originally installed i·s de~med to h~ve been insufficient to monitor the migration and collection of the contaminated. groundwater under reasonably foreseeable circumstances. 3.9.4 TRANSITION TO NEW SYSTEM OPERATOR If groundwater remediation is not completed during this Contract and this option is exercised by the Project Representative,· the Contractor shall provide services associated with transferring_ operation and mainten~ce of the remediation system, including optional componenis, to a subsequent operator. During the Contractor's last month of O&M, the . Contra~tor shall provide a minimum of two eight-ho~ work days of class~oom and field . . . operator training in O&M, monitoring, and reporting requirements prior to the end of the Contract at a time during a single work week to be specified by the Project Representative.· . ' . 3.9.5 SYSTEM REMOVAL If groundwater remediation is completed and this option is exercised, the Contractor shall demobilize and decontaminate all salvageable remediation system equipment. At the option of the EPA, the Contractor will either dispose of the equipment or ship it to the government freight-on-board (FOB) origin point nearest the site. Well vaults will be removed from the . ' . . . ' ground and clean backfill will be used_to fill in the resulting hole. Underground piping will be capped and buried in place. Disturbed areas will be seeded. Residuals and debris shall be removed and the site restored in accordance with Subsection 3.7.4. The Contractor is responsible for all disposal costs, including any sampling costs, associated with this option. 3.9.6 ABANDONMENT OF SYSTEM WELLS If groundwater remediation is completed and this option is exercised; the Contractor shall . ' . . provide all the supplies and services necessary to abandon Contractor installed extraction and . 00-037/3280-096/1212 3-31 • I I I I I I I I I I I I I I I I I I I monitor wells. Well abandonment shall be conducted in accordance with all applicable local, state, and federal guidelines including, but not limited to, the stand~ds listed in 15A NCAC, . Subchapter 2C. The wells to be abandoned will be identified by the Project Representative after the remediation is complete. The. Contractor will be paid only for actual linear feet of abandoned extraction/treatment and monitoring wells. The Contractor is responsible for the . ' . . . . removal and disposal of any equipment re.quired to abandon the wells. 3.10 SUMMARY OF PERFORMANCE STANDARDS . . . . A summary of the key (but not all) performance· standards that must be met to satisfy the requirements.of this Contract is provided below. · · • Work Plan Preparation . • Provide the basis and details of the final design, Present the remedial action approach, - Provide supplementary plans specified in Section 3.2.6 to evaluate compliance with the performance standards, Provide the methods that will be used to perform a tracer test to define the system's treatment zone, Provide a summary of all ARARs and how compliance will be obtained, and List all required permits. System Design and Layout The blower/vapor treatment building must be completed in such a way as to reduce its visual impact and be properly ventilated and heated. The building · . shall be a maximum of one story high and be constructed of brick or wood to match the style of nearby residents. The Contractor shall maintain building humidity and temperature, year around, which is protective of the installed equipment All treatment wells must be installed in flush-mount vaults. 00-03 7/3280-096/1212 3-32 • I I I I I I I I I I I I I I I I I All required trenching will be designed and installed so as to minimize impacts to nearby residents and other land users. · No residential. roadways shall be closed for more than two hours. The Contractor shall notify the Project Representative of all planned trenching work which will impact residents at · least two working days prior to the scheduled work. . . The Contractor shall identify all access· requirements to business and residential lots. The Contractor shall supply sufficient information to the ' Project Representative so that right-a-way negotiations or site access agreements can be conducted with impacted owners. Blower/vapor treatment unit(s) must be enclosed and equipped with noise , reduction elements to limit sound levels to 45 decibels at the nearest residence.' • Groundwater Treatment System All contaminated groundwater in the three aquifer units· within the Source Area A boundary shall be within the treatment zone of the system. · Initially demonstrate that the treatment zone of the system covers the three aquifer units with the Source Area A boundary by determining the three- dimensional potentiometric surface during system operation. Confirm the treatment zone covers the target groundwater volume in three dimensions by performing a tracer test and demonstrating tracer recovery in appropriately screened monitoring wells. Monitor the groundwater pumping rate for each treatment well and the overall system and, define the contaminant mass flux into and out of each treatment well. Monitor the contaminant mass removal rate of the overall system via VOC analyses of the vapor streams and flow totalizer results. Demonstrate that all vapor emissions from the system meet the site ARARs. • Vapor Treatment System The air emissions from the treatment system must comply with North Carolina Air Pollution Control Regulations and all other site ARARs (Appendix B). 00-037/3280-096/\~ 12 3-33 I I I I I I I ••• I I I I I I I I I • MonitoringWeUinstallation · The system shall be capable of being used to verify that the treatment zone of - · the in-well vapor stripping system incorporates all portions of the plume of contaminated groundwater in the three aquifer units. -The system shall be c;pable of b~ing used to measure the progress of the _ remediation towards attaining the remediation goals and to verify if and when the remediation goals have been achieved in all three aquifer units. 00-037/3280-096/ 12 l 2 3-34 I I I I I I I I I •• I I I I I I I I I 4.0 SCHEDULE, COST EVALUATION, AND PAYMENT 4.1 REMEDIAL ACTION SCHEDULE The Contractor shall comply with the remedial action schedule presented_ in Table 4-1 which _ lists the maximum allowable duration for deliverables, installation, monitoring, and other project-related tasks.· Table 4-2 presents th~ schedule for the performance of e~ch price schedule item. Each offeror shall provide the "amount" for each price schedule item in Table 4-2 for use in determining the winning offeror, as described in the Evaluation of . . . Offers.· I TABLE4-1 REMEDIAL ACTION SCHEDULE NORTH BELMONT PCE SITE GASTON COUNTY, NORTH CAROLINA Milestone Schedule Abandon an estimated 60 residential drinking 120 days after Contract award water wells Install and develop proposed monitoring wells 45 days after Contract award Complete predesign well sampling 5 days after development of new monitoring wells Submit results of predesign sampling and 45 days after development of new monitoring analysis wells Perform required surveys and identify all access 30 days after submitting results of predesign requirements to the Project Representative analysis Submit Draft Remedial Action Work Plan 60 days after receipt of predesign sampling results Submit Final Remedial Action Work Plan 21 days after receipt of comments Initiate Performance Demonstration 120 days after approval of final Remedial Action Work Plan Submit performance demonstration monitoring 7 days after sampling results Begin tracer test and base O&M period Upon approval of performance demonstration Submhdraft as-built drawings 15 days after successful completion of performance demonstration . 00-037/3280-096/1212 4-1 I I I I I I I I I I I I I I I I I I I I · TABLE 4-1 (CONTINUED) I Milestone Schedule I Submit revised as-built drawings 15 days after receipt of comments Install and develop optional monitoring wells 30 days after exercise of option Install, develop, and hook up optional 30 days after exercise of option(s) treatment wells and piping Vapor treatment effluent monitoring As required by site ARARs (at least monthly) Report_effluent monitoring results to Project -21 days after sampling Representative . Groundwater monitoring (after successful Quarterly completion of performance demonstration) Report groundwater monitoring results · 40 days after sampling (during system operation) Training of subsequent operator Last month of Contractor O&M .. System Removal 60 days after option exercised Well abandonment 60 days after option exercised. Notes: Exercised options shall be initiated within 30 days of notice to exercise from the Project R7presentative. · · TABLE 4-2 PRICE SCHEDULE-REMEDIAL ACTION SUPPLIES OR SERVICES NORTH BELMONT PCE SITE GASTON COUNTY, NORTH CAROLINA I Item Su1mlics/Services Base Award Services 001 Groundwater Remediation System, including treatment wells, vapor treatment system, and discharge system. All necessary services include supplies, labor, and equipment to achieve performance standards as defined in the Statement of . Work (SOW). The system price includes, but is not limited to, obtaining required permits, maintaining and renewing permits, groundwater modeling, .remediation system design, work plans, remediation system procurement, installation, utility hookups, start-up, performance demonstration, monitoring well installation, laboratory/analytical services, submittal of as-built drawings, and site cleanup. This item includes all activities up to the point of taking title to the system by the government. 00-037/3280-096/1212 4-2. Unit I I Lot I I I I I I I I I I I I I I I I I I I . TABLE 4-2 (CONTINUED) I Item Supplies/Services 002 Base Period Operation and Maintenance, consisting of 335 days of successful operation completed within the fust 365 days after the acceptance of the 003 004 005 006 007 008 . demonstration report. All necessary services, supplies, equipment, utilities, and . labor to complete the base period requirements; O&M Manual preparation and updating; repair and/or replacement of all equipment required for successful operation in accordance with the accepted work plan, required permits, and the SOW; maintaining and renewing permits; groundwater and system monitoring, chemical analysis, and reporting; and residuals disposal and contract closeout activities (excluding system removal). O&M base period begins upon written approval by ·the Project Representative of the demonstration testing report. Prices associated with O&M activities for optional items are not to be included in this line item. Abandon an estimated 60 residential drinking water wells Performance and Payment Bond, as described in Contract Article 13. Optional Services Optional O&M. One to IO quarters of O&M services after the Base Period of Operation and Maintenance (Item 002). All necessary services, supplies, equipment, utilities, and labor to complete the optional period O&M requirements; repair and/or replacement of all equipment required for successful operation in accordance with the accepted work plan, required permits, and the SOW; maintaining and renewing permits; groundwater testing, and reporting; and residuals disposal. Only quarters of successful operation, as defined in the Statement of Work, shall be paid for. Optional Treatment Well Installation. One to 5 Saprolite Aquifer Treatment Wells. All necessary supplies and services for the installation of treatment wells including required pumps and connections, in addition to the treatment wells specified in Item 00 I. Treatment wells shall be installed in accordance with the SOW, State of North Carolina requirements, and standard industry practices. Optional Treatment Well Installation. One to 5 Top of Bedrock Aquifer Treatment Wells. All necessary supplies and services for the installation of treatment wells including required pumps and connections, in addition to the treatment wells specified in Item 00 I. Treatment wells shall be installed in accordance with the SOW, State of North Carolina requirements, and standard industry practices. Optional Treatment Well Installation. One to 5 Bedrock Aquifer Treatment Wells. All necessary supplies and services for the installation of treatment wells . including required pumps and connections, in addition to the treatment wells specified in Item 00 I. Treatment wells shall be installed in accordance with the SOW, State of North Carolina requirements, and standard industry practices. 00--037/328Q..096/J212 4-3 Unit I Lot Per Linear Feet I Lot Per Quarter Year Per Well Per Well Per Well I I .I I I I I I I I 0 I I I I I TABLE 4~2 (CONTINUED) Item Su1mlies/Services Unit I 009 Optional Treatment Well Piping. One to 3,000 feet. All supplies and services Per Linear necessary for the installation of piping to connect additional treatment wells to Feet . the blower/vapor treatment system in accordance with the specification: The Contractor shall only be paid for the actual amount necessary to perform the connection in the shortest economical distance (in a straight line, unless · necessary to bypass objects and properties). 010 Optional Monitoring Well Installation. One to 5 saprolitic aquifer wells. All Per Well necessary supplies and services . for the installation and development of monitoring wells in addition to the monitoring wells specified in Item 00 I. Monitoring wells shall be installed in accordance with the SOW, State ofNorth Carolina requirements, and standard industry practices. Oil Optional Monitoring Well Installation. One to 5 Top ofBedrock Aquifer Wells. Per Well All necessary supplies and services for the installation of monitoring wells in addition to the monitoring wells specified in Item 00 I. Monitoring wells shall be installed in accordance with the SOW, State ofNorth Carolina requirements, and standard industry practices. 012 Optional Monitoring Well Installation. One to 5 Bedrock Aquifer Wells. All Per Well necessary supplies and services for the installation of monitoring wells in addition to the monitoring wells specified in Item 00 I. Monitoring wells shall be installed in accordance with the SOW, State of North Carolina requirements, and standard industry practices. 013 Optional Transition to New System Operator. Services associated with I Lot transferring operation of the remediation system, including optional components, to a subsequent operator. The services shall include providing operator training. 014 Optional System Removal. Services associated with the demobilization and · I Lot delivery of the remediation system to the government freight-on-board origin point nearest to the Site. 015 Optional Extraction/Treatment Well Abandonment. One to 2,500 linear feet of Per Linear extraction/treatment wells. All necessary services and supplies to abandon Feet extraction/treatment wells in accordance · with State of North Carolina requirements and standard industry practices. 016 Optional Monitoring Well Abandonment. One to 2,500 linear feet of monitoring Per Linear wells. All necessary services and supplies to abandon monitoring wells in Feet accordance with State ofN~rth Carolina requirements and standard industry practices. 4.2 EVALUATION OF PROPOSED COSTS For purposes bf award, a bidder's proposed costs will be evaluated by adding the extended prices for base award and option quantities an:d weighting factors as shown in.Table 4-3. 00-037/3280-096/1212 4-4 Table 4-3. Bid Response . Item Number Offer Price · Exnected Quantitv ·Totals· Wei2htin2 Factor(%\ Wei~hted Totals 001 ' I Lot JOO 002 I Lot 100 003 7,200 Linear Feet 100 004 I Lot 100 . 005 I Quarter . 25 · 006 I Well 25 007 I Well 25 008 I Well 25 009 1,000 Linear Feet 10 . 010 I Well 10 . Oil I Well 10 012 I Well . 10 . . 013 I Lot > 10 014 I Lot 25 015 . 1,500 Linear Feet 10 016 150 Linear Feet 10 . .. $ $ . Signature Title Printed.Name Date I I I I I I I I I I I I I I I I I I I .... · ... : --· Offers will b.e evaluated by multiplying the offered unit price by the quantities and weighting factors. As is stated in the Instructions to Bidders, cost is only one criterion used in evaluating bids. Only offerors complying with .the solicitation in all respects will be c~nsidered f~r award: CDM Federal. reserves the right to reject any or all bids and to waive technicalities and informalities. 4.3 PAYMENT SCHEDULE A. · The Contr~ctor shall be paid as noted below after each item; s completion is · approved by the Project Representative. Progress payments shall be made during the performance ofltem 001 after the Contractor achieves the following milestones: Milestone Approval of Remedial Action Work Plan by Project · Representative · · In-Well Vapor Stripping Wells and Monitoring Wells Installed · Underground Piping, Well Conne.ctions, Blower(s) and· Vapor Treatment System(s) Installed Site Restoration Demonstration of Achievement of Perfonnance Standards_ l A, 2, 3 from Section 3.4.2 of SOW. Acceptance of tracer study results by Project Representative As-Built Drawings Submitted and Approved Payment 5 percent ofltem 001 15 percent 15 percent 5 percent 20 percent 25 percent 5 percent The final 10 percent of the Item 001 contract amount shall be paid at the satisfactory completion of the entirety of Item 001. 00-03 7/3280-096/ 1212 4-6 I I I I D 0 D • I I I I I I B. Progress payments shall be made during ·the performance of Item 002 after the Contractor attains the following milestones. · Milestone Successful Operation and Maintenance of the Remediation System for Three Consecutive Calendar Months (i.e., · Quarter) Contract Closeout Payment 20 percent per . · quarter "IO percent The final 10 percent of the Item 002 contract amount • will be paid at . the satisfactory completion of the warranty period. . C. For all other Work Items, payment shall be made to the Contractor after satisfactory · completion of each Item, except for items in units of time periods ( e.g., per quarter year) which will be paid after satisfactory completion of each period. D. Final payment-After completion of all work, and prior to final payment, the Contractor shall furnish to the Project Representative a release of claims against the Project Representative relating to this Contract. Upon receipt of such release and approval by the project representative, the Contractor shall receive final payment to the Contractor under this Contract after completion and acceptance of all work and presentation of a properly executed final voucher . 00-03 7 /3280-096/ I 212 4-7 I I I I I I 0 u D n 0 u D 5.0 REFERENCES EPA (U.S. Environmental Protection Agency) 1998a. Data Acquisition Report for the North · Belmont PCE Site, North Belmont, North Carolina. November. EPA (U.S. Enviro~ental Protection Agency) 1997a. No;th Belmont PCE Site, North Belmont, Gaston County, North Carolina: Record of Decision. September. . EPA (U.s: 0 Environmental Protection Agency) 1997b. North Belmont PCE Site,-North .. Belmont, Gaston County;_ North Carolina: Remedial Investigation Report. June. EPA (U.S. Environmental Protection Agency) 1997c. North Belmont PCE Site, North Belmont, Gaston County, North Carolina:_ Feasibility Study Report. July. 00-037'3280-096/1212 5-1 I I I. I I I I I I g D D D ; E E m • • E I . ATTACHMENT A FIGURES. I I 1 ·.· I I I I I I I I I I I I m • g a Figure 1-l . 2-1 2-2 2-3 2-4 ·. 2-5 2-6 2-7 2-8 2-9 2-10 2-11 2-12 2-13 2-14 2-15 2-16 .2-17 · 2-18 . LIST OF FIGURES Page SITE LOCATION MAP ........................................ A-3 SOURCE AREA LOCATIONS ................ : ................. A-4 CROSS-SECTION BASE MAP, AUGUST 1996 ....... , ..... , ...... A-5 . GEOLOGIC CROSS-SECTION A-A', AUGUST 1996 .. : ............ A-6 GEOLOGIC CROSS-SECTION B-B', AUGUST 1996 ............... A-7 GEOLOGiC CROSS-SECTION C-C', AUGUST 1996 ............... A-8 SAPROLITE AQUIFER, POTENTIOMETRIC MAP, OCTOBER 1996 ........ : .................................... A-9 .· BEDROCK AQUIFER, POTENTIOMETRIC MAP, ·. OCTOBER 1996 ............................................ A-10 SHALLOW GROUNDWATER PLUME, PCE CONTAMINATION, JUNE 1996 ...... · ....... :, .................................. A-11 · .. SHALLOW GROUNDWATER PLUME, TCE CONTAMINATION, JUNE 1996 .. :. · ................... : ... , ..... : .... · ........... A-12 SHALLOW GROUNDWATER PLUME, DCE CONTAMINATION, JUNE 1996 ............... : ................................. A-13 TOP OF BEDROCK GROUNDWATER PLUME (TEMPORARY WELLS AND PERMANENT WELLS) PCE CONTAMINATION, OCTOBER/NOVEMBER 1996 ................................. A-14 TOP OF BEDROCK GROUNDWATER PLUME (TEMPORARY WELLS AND PERMANENT WELLS) TCE CONTAMINATION, .OCTOBER/NOVEMBER 1996 ................... · .............. A-15 TOP OF BEDROCK GROUNDWATER PLUME (TEMPORARY WELLS AND PERMANENT WELLS) DCE CONT AMINA TI ON, . OCTOBER/NOVEMBER 1996 ................................. A-16 BEDROCK GROUNDWATER PLUME (BEDROCK MW AND POTABLE WELLS) PCE CONTAMINATION, OCTOBER/NOVEMBER 1996 ................................. A-17 BEDROCK GROUNDWATER PLUME (BEDROCK MW AND POTABLE WELLS) TCE CONTAMINATION, OCTOBER/NOVEMBER 1996 ................................. A-18 BEDROCK GROUNDWATER PLUME (BEDROCK MW AND POTABLE WELLS) DCE CONTAMINATION, · OCTOBER/NOVEMBER 1996 .................... : ............ A-19 PERCHLOROETHENE (PCE), TOP OF BEDROCK . GROUNDWATER PLUME .................................... A-20 TRICHLOROETHENE (TCE), TOP OF BEDROCK GROUNDWATER PLUME ................................... A-21 A-2 I I I. I I I I I I D D 0 0 I I m I E I 2-19 2-20 2-21 2-22 ·_ 2-23 2-24 2-25 · 2-26 3-1 . 3-2 3-3 -LIST OF FIGURES (continued) TOT AL· 1,2-DICHLOROETHENE (DCE), TOP OF BEDROCK GROUNDWATER PLUME ... , ........................... · ... . PERCHLOROETHENE (PCE), BEDROCK GROUNDWATER PLUME .............................................. : ... . . TRICHLOROETHENE (TCE), BEDROCK GROUNDWATER PLUME ..... · ................... :·. : ...... ; ................. · TOTAL 1,2-DICHLOROETHENE (DCE), BEDROCK GROUNDWATER PLUME .................. : ............... . ALKALINITY, TOP OF BEDROCK GROUNDWATER PLUME . ; .. . · ALKALINlTY, BEDROCK GROUNDWATER PLUME ............ . TOTAL ORGANIC CARBON(TOC),TOP OF BEDROCK GROUNDWATER PLUME .................................. . TOTAL ORGANIC CARBON (TOC), BEDROCK _ GROUNDWATER PLUME .................... ; ......... : ... . NORTH BELMONT PCE AREA .............................. . MONITORING WELL LOCATIONS .............. : ............ . RESIDENTIAL DRINKING WATER WELLS TO BE · ABANDONED ............. ; ........................... · .... . A-2a Page A-22 A-23 A-24 A-25 A-26_ A-27 A-28 A-29 A-30 A-31 A-32 I I I I I I I I I I I I I I I I I I I .--~ NORTH BELMONT t • PCE SITE ~ * .. ~ 4:-., \_,.,.. ... _.. l \ ~-(. ~"'.., I JI i • Goshen Grove ♦Springu, d Jiorth Bel +Catawba Heights / .eramertor.i COM FEDERAL RAC VIII SITE LOCATION MAP (ml NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA A-3 ~~ l11'ltll Nil11tbu ~ .erown Town \ NOTTO SCALE FIGURE NO. 1-1 I I I I I I I I I I I I I I I I I I I ---- SOURCE AREA .--- CDM FEDERAL RAC VIII SOURCE AREA LOCATIONS NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA A-4 i NOTTO SCALE FIGURE NO. 2-1 - >-' V, - - LEGEND - - -- S(CTJO.'I UN£ LOCA IIOH -- - ---- - - -OO<E pO"l,Ol l'.ASO<D'l c' IU'!-17 CROSS-SECTI01,1 BASE MAP COM FeJc,~I Pwgrnu1> Coqxmuiun CROSS-SECTION BASE MAP, AUGUST 1996 COM FEDERAL RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA --11!!!1!!1 FIGURE NO. - -- - I l I ! - ,. = SW A - . ...... . :::::::::::::::: ........ . . . . ' .. ' = -- - - - ·- CDM Fnk,al l'wgr.im, C.nr,.><~liun - ---- ~ " ,~ ~ ·-~ i'-'lEJl lAIII.E . {IIOm;lll [1£VAUO,I 0, SUIU"AQ: CM!HC ••• (fUI M!OVI: UL>JI !iL< 1.ES.l.}. "•· {oonOll U£V1.no11 o.-BOl'<Ol0t£ ~ '" ''"' ~-~ "'"' ·~ =i. '" 101' ,\IID BOTTOU EllVAUOII Of $c..uJIUI lOIJE (ITH AIIOV. UfJ.U UA l.£Vil) COlrlM:f uau:.: "'' COUI.IJ;l UUU ,ru;: COIIDQ{ll.(D <an ..... 11CIW... 111.0 8'111~•~ lW.D" enc1111, !ILN OAY, DAW'. l!LAU HUl ~ID 11111.1. lOYI PLASIK>IY. CIIO' ono\11,, ri:uo1> onow, DIWIGE:. DlAO<, 5AUDY 51lrY <l.AY, Hlff, ~I\JMl[J) \\IUII:. ~"IICY. WIDY.U, 1.1a.,11u:ou5 lalfl' ,.,..,or Q.AY TQ W.T ,uo, 51JIO. sns,. IJQl[ i;JIEl', ULUJI, 0~0~11, PAAILAUY \\~IIIUllD AOO( IOOUR£ AJIO awus Oi HOOi Al'PAAElU. flu( ..,._.,V-<L.S. BWIIOQL \'JUI(. ~f.0, I.IIWUSII =• DL..<,CU, flll[ ID COAA!£ IDHURE fMCl!Jr<UI Ql,UlllC cunss GI WAATZ IUOI o,or.ir(. GEOLOGIC CROSS-SECTION A-A', AUGUST 1996 COM FEDERAL RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA -l!!!!!!!I FIGURE NO. 2=3 - -- w B - -.. ·.·.·.· ..... ' .. . ..... ' .. . . . . . . . . ' . . . . . . . . . . :::::::::::::::::: ......... . . . . . . . . . ---- - - - :;::::::::::::::-:-.•. ':· ~:::..~~~-c-:"7.':'C,~'" .. _ : : : : : : : : : : : : : : : : : : : : ':.:.:.: .... -:-:-: -: ,: ,: -:-: . :-:-: ..... . ::::::::::::::'.;'.;:;'.;'.;'.;:::.:;:::::::::::::;:;:•:: c.s=,,,,:•=:;;;•~~~~~ . . . . . . ·.·.·.·.· .... . ·.·.·.·.·.·.·.·.·.·.·.·.·.·. .·.·.·:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:-:- :;:5·~;1~ ){l];ll\!j(: '·•,:.·. •, .. ·.' ,~,'.~~ i%r, ·:::iflii' ·Jit~.: IiitIS:ti{.ft · COM f,:Jcral l'mg,:.11115 l,.(lll)lll:.lfion .. E s· - --- LEGEND ~ ·" ·~"' -:; ..,,ID\ IA111£ =· {oanou nL'JAllCIU a. :!lJlll'AU =•~ (f'lH "'90¥< U£.J.ll•!.EA U"VU}: ••• { BOTTOIJ U!VMIOll Qf IIOIIEIIOU. (FUT 1.110\'£ IJEJJI ~ l£\fil) Il•"'"" ro, 1.110 aonou tllVAllal Of !iCl'II.Ellfll zouE ll (fll I AIIOVL UE'.Nl SE.I l£',U). ··~ r.·~ ~ r·:,,,, .. ., IWY~ a!IIU.Cr I.Ill(; /J.I. CQIIIJ.CI U"..S /,Ill; COl•l.l.lt:Tdl gwi;.nouAL. II@ una11:u. ,w.o.t ~IO~lt !ilUY CIAT, 0..,...,IIIACEflU[SIJl0 cno &110\C.>l tnl.Jllll ano,~l O.'Ul,C£,. 111.AC< s.,uDY SIi.TI' cur l.ttlli". '11EV, 11110\111 1-UC...UOUS, S,,,!Gf SI.TY cur 10 CUT IIIOI S..,ID. S"lllT W!ITT', '11EV. llU.Q(, UID\Ul PAAIWJ.1 \IIEl,llllflW lt0Cl"L ~ AA0 GIIIJIIS ()f noot IJ'l'M.UU. flUE QIJ,'@_$ llllllloot. ~ijlE, Coll["I. CIIWR!li QIU, EU.0!. flUE JD COAi!~ roo,.,nc Fll.-cJvqw CMUITIC: ,ullSS <lil QUAllTl IUOI Dl<lllll'E - GEOLOGIC CROSS-SECTION B·B', AUGUST 1996 COM FEDERAL RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA l!!!!!!I I!!!!!!! I!!!!!!! FIGURE NO. 2--4 - ► ' 00 -- '" O!O- - - SW C ........ . . . . . . . . ' ' . . . . . . . . . . . . . ' . . . . . . ....... . . . . . . . . . . . . . '. . ' . . . . . . ' . . . . . . . . . . . . . ' ' ..... . il'j ~h ~A}? W.%.:z z: ;,; ·0; ~-9 • .-.• O:O.O;O. -~:l{6Itt: •.w· .-,. .. ~·o·•·o .. • -6:o:6'.o:6.o: o·~·,;·•·a·•g O:C)o.-O)J; - -- -- •, •,:-:-: • • UW·IJ NE c· ~,:~~~~:ij nuo COM f,,.,k, .. 1 l'rog, .. m, CorpurJtion - - -- - - LEGEND !'V ·~" ~ r1AIUI T.>.IIU:: ~N• { BOTIOU HEVATIDII Oi' 5UllfAC[ CA'ill1G (rEET 1410\lt: UL\ll $£A LEm.). 541' ·(eonou nEYMIOll Of" OOREtlCU: ~ ~ c-c=i (f'EET ABO\/£ IJEAII SEA LHU). CCINT,\CT UU(J ,'J.L CONlACl' UUES AH[ l;W,ISID£11ED ,;n,,J)AllOUN_ TEUOVI BRO\\lt A.£11 81101\11, 81101'~1, lllACl(, Sll_fl Cl.AT lllllt l<PPllOli:UJl'>lELT 10:; flffE 5RhLIIEO Sl,UO NIO I.Rl\\£1... T£LLOW BROI\N, BU.CU, IJAAOOU, SAIIDl Sit.TT Cu\l l'Alll Al'PROlllJATElY LSY. f\UE CllAlNEO CJU.YU.. l'CU.OW 11110"'11, \IIUT(, GIIHJIJ~I Gfl#,T, LIICAO::OUS, SMIOY Cl.AT MIH ,t,l'PQOl<IUAIE LOY. Utlm/LI GllfJUED GRA;t:L 8aOl\tl, I\HIIF, GREY, SN.CIT SllrT Cl.Al. PAATIAU.T Y,0.lliffiEO noac, ll!ill[, CAAT. OtActt, GllWl. S~DT a_,.,y \\IHI lllr. fTII£ JO COAA££ (;RMIED (;IV,~L ll[DROCII. flV,CllJf-£0 Ql,lllllTIC (;Ufl~ 00 OUNITZ r~Ctt 0(0/lll(. \',)UI[. IILACK, '3!![01. 00,>JHZ. FCUJSPAA. fU(;A, COAAS[ QRIIINEO. H 1ti0 ~ ,i,;1111:: GEOLOGIC CROSS-SECTION C-C', AUGUST 1996 COM FEDERAL RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA -11!!1!1 FIGURE NO. - ► ' "' --- - 1 LEGEWll l.l>J-1 l<i uoutl/JUWG 111':L( (IUSlllll.£0 l'l90 W-11 O 10P Of' ~ ~TMd,IC \'li.LL ""' / fU:'AllOU Of l'l'AIUI fAfltE 11,1 uownoo rQ.l 1W fEfi "80\/E USL OH 1"U.l5 • COWV.:IUEO l,l.OPIUOU l:lcU. -6!12--POlENllOUf:TAIC COIIJ.OIJR - - -- -- - U<l-1~ 0 0.06 0.1 r;:::;::pr"kiF:J I Af'PROK SCA[£ 1W IJllES - - -- j ) SAPROLITE AQUIFER, POTENTIOMETRIC MAP, OCTOBER 1996 COM FEDERAL RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA -l!!!!l!!!!I FIGURE NO. ------------------- ► ' -0 / <I>~;:;: ____,,,-. . ----n .,. , ~ <Ii, ~WI£ ,0..702 ~--~m_~_••-"----. '11~~~~~~:q:_=:_::_::__::_==_~~~~==:: -'. ·~-;,.,r: .c ' i lt/-J \ ,,. Q \ " I ,_ ~, U>CS:11(:i:t UU-n{I--1-IIICH Ol'Ool• BORa«X!£ UOWITORIHG ~ ~•:-:0 IHllOt OPfU BORfHot..E I.IONITOIW~G t.aL >-ELEVA"IION Of' VlA.'IER lABI.E IIJ UCJ,\11~ \'IEU. 1Dl.CQ Ill FE£J AOOVi l.l5L <»-l. e~tED I.IONITOR \'JE!.LS _,,...-700--PO"(Om01Jilll.LC C&I.IOUU. ,~n lltl-M ~ , -, COM FcJ.,,~l l'rogra1111 Curpo<Jlion 0 0.05 0.1 Fiwl"5--· I.. :::I APPROX. 5£AtE IN ULfS BEDROCK AQUIFER, POTENTIOMETRIC MAP, OCTOBER 1996 COM FEDERAL RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA FIGURE NO. - - - - - - - - - - - - - --· - - -- ~ .... .... o· 500• """--~--1000' COM FEDERAL RAC VIII SHALLOW GROUNDWATER PLUME, PCE CONTAMINATION, JUNE 1996 NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA CDII rcD&L PROGWIS CO!IPOlllmlf __ .. ____ _ N I FIGURE NO. 2-8 --- - - -.. - - - - - - - - - -l!!!!!!!I !!!!!!I o· &>O' 1000' I"'"\---- COM FEDERAL RAC VIII SHALLOW GROUNDWATER PLUME, TCE CONTAMINATION, JUNE 1996 NORTH BELMONT PCE SUPERFUNO SITE GASTON COUNlY, NORTH CAROLINA CDII RDIIW, PltOGbMII COU'O&Anotf ~~--.-·-- FIGURE NO. 2-9 -----------------1!!!!!!!!!1!!!!1 o· soo· 1000' l'"""w-~- COM FEDERAL RAC VIII SHALLOW GROUNDWATER PLUME, DCE CONTAMINATION, JUNE 1996 NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA CDll ntaAl, PIIOGIUlm ~ ·-·--·-- N I FIGURE NO. 2-10 - - - -- - o' 500• 1000' i------- - - -- - - - - - -l!!!!!!!I I!!!!! == COM FEDERAL RAC VIII TOP OF BEDROCK GROUNDWATER PLUME (TEMPORARY WELLS AND PERMANENT WELLS) PCE CONTAMINATION, OCTOBER/NOVEMBER 1996 caa ....... ........,........,. NORTH BELMONT PCE SUPERFUND SITE •-•--•--GASTONCOUNTY,NORTHCAROLINA FIGURE NO. 2-11 -- - -- - -- - -- - - -- -I!!!! !!!!I I!!!!!!! o· 500• 1000' p-..,.-~- COM FEDERAL RAC VIII TOP OF BEDROCK GROUNDWATER PLUME (TEMPORARY WELLS AND PERMANENT WELLS) TCE CONTAMINATION, OCTOBER/NOVEMBER 1996 COIi,_,........., .,,......,. NORTH BELMONT PCE SUPERFUND SITE • _ .. __ • --GASTON COUNTY, NORTH CAROLINA FIGURE NO. 2-12 - -.. - - - - - - --- - - -11!1!!1 !!!!!!I I!!!!! == o· 500' 1000' I"'""-,--- COM FEDERAL RAC VIII TOP OF BEDROCK GROUNDWATER PLUME (TEMPORARY WELLS AND PERMANENT WELLS) DCE CONTAMINATION, OCTOBER/NOVEMBER 1996 e1111,_,.. ,......., """"""' NORTH BELMONT DCE SUPERFUND SITE • -11--• --. GASTON COUNTY, NORTH CAROLINA FIGURE ND. 2-13 ----- - - - ---- - --!!!!!! I!!!!!! == == o· 500• 1000' ,....__-~- COM FEDERAL RAC VIII BEDROCK GROUNDWATER PLUME (BEDROCK MW AND POTABLE WEUS) PCE CONTAMINATION, OCTOBER/NOVEMBER 1996 NORTH BELMONT PCE SUPERFUND SITE COIi J"CDllW,. PROGIU.ltl!II 00RPOIW10lf .~~~-·--GASTON COUl(TY, NORTH CAROLINA FIGURE NO. 2-14 -- - - - o· 500· I"'"\---- - - - - -- - - - -l!!!!!!I !!!!!!! ms == 1000' COM FEDERAL RAC VIII BEDROCK GROUNDWATER PLUME (BEDROCK MW AND POTABLE WELLS) TCE CONTAMINATION, OCTOBER/NOVEMBER 1996 NORTH BELMONT PCE SUPERFUND SITE CDII n:llllW. PROGIWa COIIPO&UUIX -~~~-·--GASTON COUNlY, NORTH CAROLINA FIGURE NO. 2-15 -- - - - a' 500· ~-~- - - - - -- - - -I!!!!! !!!!!!I l!!!!!!!I 1000' MW21 • MW16 COM FEDERAL RAC Vlll BEDROCK GROUNDWATER PLUME (BEDROCK MW AND POTABLE WELLS) DCE CONTAMINATION, OCTOBER/NOVEMBER 1996 NORTH BELMONT PCE SUPERFUND SITE COIi RDIIW. PJtOClWQI COIIPOti.TIOM .~ .. o..-•--GASTON COUNlY, NORTH CAROLINA N I FIGURE NO. 2-16 --- - - - - - - - - - - - -I!!!!! .. I!!!!! == =-· • Monitoring Well <10 1999 Treotobility Study Dato (<1) 1996 RI Data 1" = 500' 250 0 500 -----·- ---- MW13• · <10(<1) f---~~ CDM FEDERAL RAC VIII PERCHLOROETHENE (PCE) TOP OF BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA l_ N FIGURE NO. 2-17 t .... . • Monitoring Well <10 1999 Treatability Study Data ( <1) 1996 RI ,. = 500' t-n•c-250 0 500 . MW13• <10 (<1} -.-· ------ ·. __ .,,,.-·---·-· COM FEDERAL RAC VIII TRICHLOROETHENE (TCE} TOP OF BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA .. •I •• ,, Jt \ I N FIGURE NO. 2-18 - - - - - - --·-- -··-- -l!!!!!!!!I I!!!!. I!!!!!. Ill!!! =o:i LEGEND • Monitoring Well <10 1999 Treatobility Study Data (<1) 1996 RI Data 1" = 500' 250 0 500 -.-· MW13• <10 (12) ------ ---------------- COM FEDERAL RAC VIII TOTAL 1,2-DICHLOROETHENE (DCE) TOP OF BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA . .N FIGURE NO. 2-19 - - - - - - - - - - - --- -l!!!!!!!I I!!!!!!! l!!!!I 1!!111:1 LEGEND • Monitoring Well <10 1999 Treatability Study Data ( <1) .1996 RI Data 1" = 500' !"'!"'l'iiiiiw!"'1"'£-.-3iiiiiiiiiiiiiiiiiiiiiiiiiuiiiiiiiiiiil 250 0 500 .-·-~"'-. SUPPLY MW21• <10 (1) ------ --·------------- COM FEDERAL RAC VIII PERCHLOROETHENE (PCE) . BEDROCK GROUNDWATER PLUME. NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA ·. N FIGURE NO. 2-20 I . ' i \ • -·· -----· - - - - -. --- - -l!!!l!!!!!I l!!!!!!!I . ~ • Monitoring Well <10 1999 Treatability Study Data (<1) 1996 RI Data , .. = 500' ,._.L ... 250 0 500 _.-. .:._ __ . MW21• <10 (<1) CDM FEDERAL RAC VIII TRICHLOROETHENE (TCE) BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE. NORTH BELMONT, NORTH CAROLINA N FIGURE NO •. ·2-21 - -------- - ----- - -----l!!!!!!!I !!!!!!!!I !!!!!!I • Monitoring Well <10 1999 Treatability Study Data (<1) 1996 RI Data 1" = 500' t--•v--250 0 500 -.-· ---- __ _. ____________ _ COM FEDERAL RAC VIII TOTAL 1,2-DICHLOROETHENE (1,2-DCE) BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA. I( ----. ,. j,' Jr \ I N FIGURE NO. 2-22 - --··---- - - - - - - - - - -· -l!!!!!!!!!I I!!!!! 1::::1 • Monitoring Well ,· = 500' ,-..-..... 250 0 500 ---------~-- .-. -·-·--.-· COM FEDERAL RAC VIII ALKALINITY TOP OF BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA N FIGURE NO. 2-23 -·--------· - - - ---- --------l!!!!!!!.··1!!!1:\1 t --.l •. Monitoring Well , .. = 500' i--•,- 250 0 500 -·-·-.- ------ ---------------- COM FEDERAL RAC VIII ALKALINITY BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE NORTH BELMONT, NORTH CAROLINA ---' I( . !j /, Jt \ I N FIGURE NO. 2-24 t 00 • Monitoring Well 1" = 500' rJ-rw•? I 250 0 500 -- MW13• 4.8 ------ --·-------------- COM FEDERAL RAC VIII TOTAL ORGANIC CARBON (TOC) TOP OF BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE . NORTH BELMONT, NORTH CAROLINA N FIGURE NO. 2-25 - -- -- -- - - ·-·-·--· • Monitoring Well , .. = 500' i----lU 250 0 500 ------ - - - -- MW2°1• 2.3 ------ ----------------- CDM FEDERAL RAC VIII TOTAL ORGANIC CARBON (TOC) . BEDROCK GROUNDWATER PLUME NORTH BELMONT PCE SUPERFUND SITE ... NORTH BELMONT, NORTH CAROLINA I· t-' /1 _\ I N FIGURE NO. 2-26 l!!!!!!I --- - -- '2LOT"""""5 • PIWIIOOS DR'I' a.£AHIHC fACII.JTIES A PR£VIOUS REfRIGERo\TOR REPAIR FACIUTY . -- o· 500' 1000' i---~- -- - - -- - - - CDM Fcdaal Propm, Corpomion COM FEDERAi. RAC VIII NORTHBELMONTPCEAREA NORTH BELMONT PCE SUPERFUND SITE OASTON COUNTY, HORTH CAROLINA -l!!!!!!!I I!!!!!!! I!!!!!! PIOURJ! NO. 3-1 - - - - LEGEND e 1 Loi f1WIDIW1I ·-- - o· 500• i-----~- - 1000' - ---- - --- COM F«laal-Oxpo,arlon COIi FEDERAL RAC YIU MONITORING WELL LOCATIONS NORTH BELMONT PCE SUPERFUND SITE CIAST0N COUNTY, NORTH CAROLINA -l!!!!I FIGURE! NO. 3-2 I I I I I I I I I I I I I I I I I I I o' □ RNlden1lal Drinking war w• to be Abandoned lndlcatN Offlclal Boundaries lndlcatNBoundariel Drawn Baed on Flekl ObNrvatlons Note: Paroel numbers for Iota drawn bued on fleld obNl'vltlont · have been aalgned by COM far convenience (parcel noa. In red). 500' CEMETERY 2 1000' ------- CONCRETE SUPPLY 2J 21 JCJ'm YI# MIC ON 0mliUI. 111CD1CD l'1ll0W ,a, ,. 'IIIIT0M. ~ DH IQ/11111 COM FEDERAL RAC VIII RESIDENTIAL DRINKING WATER WELLS TO BE ABANDONED NORTH BELMONT PCE SUPERFUND SITE CDM Federal Programs Corporation QASTON COUNTY, NORTH CAROLINA FIGURE NO. 3-3 I I I. I :I ,. I I I .I •• I I· .. ' 'I I ; \ I I I I I ATTACHMENT B SITE APPLICABLE OR RELEVANT AND APPROPRIATE REQUIREMENTS , .--:-1-r·-~t"-''.--;,:,----...-·~---,-,..~TI . .--·~-· "-·~.:--"'::'K:-'..;.,..:,_,.1 ....:, ·• • .!.~ .••.-,, .~.· .. -~.,.:..,--'.,.._-"'·'-"·,,: .... , ·--~'"·--..-,.. ··~..--·.,-·-------- '. ,, . . . . ___ ,. __________________ _, --------. ·I '.I I :I >1 :I . I I I I -I ' I I I I I I I SECTION 7. -APPLICABLE OR RELEVANT AND APPROPRIATE REQUIREMENTS (ARARS) The requirement that ARARs be identified and complied with and the development and implementation of remedial actions is found in Section 121 (d)(2) of CERCLA, 42 U.S.C. Section 9621 (d)(2). This section requires that for any hazardous substance remaining on-site, all federal and state environmental and facility citing standards, requirements, criteria, or limitations shall be met at the completion of the remedial action to the degree.that those requirements are legally applicable or appropriate and relevant under the circumstances presented at the Site. . ' ·.:-.<>1:~)i}}:~}0>-.-.. ~ : .· ... :: . . _::'} . . . . '. Three classifications of requirelnei\ts.are defined l;>y EPA in the ARAR determination Pree_ ess: · ,_,_ ·-,;:;;_;Uf · · ··' · , , :.,:: .., . : '. . . · .. :_,;:.;·_ :_::--~~:· .:_· . • Chemical-specific: These requirements set protective remediation levels forthe • • chemicals of concern. · · Location-specific:_ These requirements restrict remedial a~t_ions based on the characteristics ofthe'site or its immediate surroundings. ·· --- -: . . . . ;. ~-.... , . : , . . . ... Action-specific:' These requirements setcoritrols or restrictiohs on the design, implementation, and performance levels of activities relat_ed to the management of hazardous substances, pollutants, or contaminants. A. Chemical-Specific ARARs %,. ;_/' ?{e;. • . •"½: ~--.:·\~:-;'_;X·<~··· / ~-:-:-~::.;~-'.~YM. ,_:.'•"❖". ·=.·==~ .. ~ -{~: .. :>.~}~//~:: ,.~ Chemical-specific ARARs inc!Ude those laws and regulations governing the release of materials possessing certain chemical or physical characteristics, or containing specified chemical compounds. Chemical-specific requirements set health-or risk-based concentration limits or ranges in various environmental media for specific hazardous substances, contaminants, and pollutants. These ARARs, when applied to site-specific conditions, establish numerical values that define the acceptable amount or concentration of a chemical that may be found in, or discharged to, the ambient environment. Examples include drinking water standards and ambient air quality standards. Chemical-specific ARARs are established once the nature of the contamination at the site has been defined, _ which is accomplished during the RI. Chemical-specific ARARs for this Site are listed in Table 7-1. North Belmont PCE Site Record of Decision North Belmont, Gaston County, NC September, 1997 7-1 --- - -- - - - BLE 7-1 • CHEMICAL-SPECIFIC ARARS, CRITERIA, AND GUIDANCE FOR THE SITE 'EOERAL iafe Drinking Water Act National Primary Drinking Water Standards National Secondary Drinking Water Standards Maximum Contaminant Level (MCL) Goals Clean Waler Act Water Quality Criteria Resource Conservation and Recovery Act (RCRA), as amendecl RCRA Groundwater Pmledion 40 use section 300 40 CFR Part 141 40CFR 143 40 CFR 141 33 USC Section 1251-1376 40 CFR Part 131 : ;_.·.-: ... :· ·_. _.): : -... ~ ·.: :-:-~ ... '/ . ~~;'ffs~s!i2s 4() CFR Part 264. Clean Air Act 'lJli~c 1857 National Prima,y and Secondary Ambient AirOuallty i, ·.40 CFR Pait !;O Standards · ,., _ . • · -.. _.., National Emissions Standards lor HJ~s Alr Pon~i<:c 'J;ibFJ Part 61 '/ i (NESHAPs) ··. C,; STATE Establishes health-based standards lor pubDc water systems (MCLs). Establishes wellare-bas.e<! standards lor public water systems (secondary MCL.s). . Establishes drinking waler quality ooals set at levels of nc known or anticipalaO adverse heaflh eHects. Sets c;riterta lor water QUalltv h>laad ·on tollidty to a(JJallc organisms and human l'lealth.7--• ·p,iw;~ •for grpundwater DlOlection standards, aeneraJ monit°'}hg ~lrements, aJ\d tectvlical requiremenls. . Sets prin]<\!y and secondarv air standards at levels to protecl public health and pubTic weltara. Provt~i k~lsslons slatl~-for hazardous air pollutants lor which no ambient air qualily standard exists. The MCLs lcr organic and iloraanlc contaminants am relevant and acPl'<ll>riate to the arpµndNaler oonlaminated by the site since ttte Squller is a drinking waler source. Secondary MCls for or~lc and Inorganic contaminants are g4i~lines to be consloered. lor groundNater since it is a anruang water source. MCLGa for (!l'ganlc, and Inorganic contamlnents an, relevant end appropriate to the grouncliNator since It Is a drinking water aource. . . Mav be relevant and (!pprtlpriate II 111D!Jnd.vater, either treated or lmtreal.ed, is di~d to a Surface water body. Also rekMlnt and ~e lo any runoff lrom conlaminatecl soil or soil remediation activities. RCRA aroundwaler orntection standards 818 relevant and appropriate lor groundwater at the sile. · . May be relevant and '!jlpropriate If onslle treatment unit• er excavation are a part of remedial action. May be relevant and approptjate if onsite treabnent units or excavation are a part of"remec:fial action. . North Carolina Dlink.ing Waler Act !~ANCAC311, 15ANCAC2L · ReAUlates water systems within the state that supply Pn:Mdes the stale whh the authoritv needed to assume primary drtnl<ing water that may allect the public health. . enlorcement responsibility under Iha ,_,al act. North Carolina Groundwater Standards Establishes groundNater classification and water quallty .. standards. North Carolina Water Qualily Standards 1 !ii\ NCAC ,2B ,/i Establi~s a series of ctassif,cations and water qualily ,.-_·, -~ ... /~'~-)_,:-·:-: ,<, ~ ~,.. < -:-} .fj Sl~--~J,:~~~-r.~~~ North Carolina Surface Water Effluenl □rnl1atlans ' , ,, ,,',, -~~,.;~,~ 0 CAC2B if\/{~=stJn::t~:~ideilnes lorelHuent discharged to North Carolina Air Pollution Control Regulations l5,fNCAC-'2ot.!O;lf _:~~::~~ii~r:i~~~~~abnshes a1r quality Nor1h Carolina Hazardous Waste Management Rules North Belmont PCE Site Record of Decision North Belmont, Gasron County, NC September, 1997 15A NCAC 13A Establishes standards for hazardous waste treatment facilities. Guldellnes for aDowable levels of toxic ~nlc and inomante compounds In woundw'ater used for drinking water. Relevant and appropriate to IJl)Ulldwater al the Site. May be appficable If trealed · ground,vater Is discharged to surlace waters. Mav be appticable If treated gmundlvater Is discharged to surface water. !,Aay be appticable Is on-she treatment or excava11on Is part of the remedial action. May be applicable If hazardou• waste Is excavated and stored or treated as of the remedial action. 7-2 - I I I :. I :I I I :I '. ,I :1 I I I I ·1 I I I I B. Location-Specific ARARs Location-specific ARARs are design requirements or activity restrictions based on the geographical or physical positions of the Site and its surrounding area. Location- specific requirements set restrictions on the types of remedial activities that can be performed based on site-specific characteristics or location. Examples include areas in a flood plain, a wetland, or a historic site. Location-specific criteria are generally · . established early in the RI/FS process since they are not affected by the type of contaminant or the type of remedial action implemented. Location-specific ARARs for this Site are listed in Table 7-2. C. Action-Specific ARARs Action-specific ARARs are technology-based, esiabiishing performance, design, or other similar action-specific controls or regulations for activities related to the · management of hazardous substances or pollutants. Action-specific requirements are· triggered by the particular remedial alternatives that are selected to accomplish the cleanup of hazardouswast'es. Action-specific ARARsforthis Site are provided in Table 7-3. ..•,.·. . .,.,..... . D. Media of Concern Based on the results oft.he remedial investigation and the baseline risk assessment, the North Belmont Site has one contaminated.media; groundwater. ·~. . .. . . •. ,. . .. . ... ··;~:. ··\:~.:.:;:·.: ' ..... _.··-.;;:/.. '• . . /i.\+<< ·,r:.- North Belmont PCE Site Record of Decision North Belmont. Gaston County. NC September, 1997 " '" :,,,.,, .. : '\{)~}\)?':'.. . . ... 7.3 I I I I I I I I I ·1 ,1 I I I I I I TABLE 7-2 -LOCATION-SPECIFIC ARARS CRITERIA, AND GUIDANCE Standard, Requirement, Criteria, or Limitation Resource Conservation and Recovery Act (RCRA), as · amended RCRA Location Standards F'ish and Wildlife Conservation Act Floodplain Managemerit< Executive Order Endangered Species Act Cttatlon 42 USC 6901 40 CFR 264.18(b) Requirements Synopsis A treatment/storage/ disposal (TSO) facility must be designed, Comment •·· ..• ·,constructed, operated, and maintained to avoid wilshouto~ a 100-year May be relevant and appropriate ii an onsita TSO facility Is required as part of overall remediation and it exists within the 100-year floodplain. . ··•··~f./ •' .--.--/:-.J· '.·• . 1s>i.1l~ 2901 e1 seq. ft~j~P;4r;\/\i'.i\ · · Requiraistatiis fu identify Confirmation with the slgniftcanfhabitats and responsible state agency deileloj:i conservation regarding the Site being plans for these arnas. located in one of these ..... , .. ,.. .. significant habitats. Execli;~e Order Act~11i::;~;a~t occur Remedial actions are to • '_ 6 1 __ .1 3 9 0 88 2 : 40 CFR _·.·.: ... , .. ··in Hoodpialri°'should avoid'-' · prevent Incursion of ··,-.,: ·:adverse effects, minimize !;Qntaminated groundwater .. potential harm, resiore ·.onto forested floodplain. ·•. · ·· .•: ·.-and preserve natural end ·.... ... beneficial value. . . 16USC 1531 Requires action to Endangered species thus conserve endangered far, have not been species or threatened identified at the Site. species, including· .. . :·:: •: · co_nsultation with __ the • i .•· .. _Dept cf lnterloc:,.•._. · , ,;, •. , ... ~ :· . Wetlands Management Executive . Executive Order Order 11990; 40 CFR 6.302 Action to minimize the destruction, loss or degradation of wetlands. Relevant and appropriate n remediation occurs in wetlands. North Carolina Hazardous Waste 15A NCAC 13A Management Rules North Carolina Solid Waste 15A NCAC 138 Management Rules North Belmont PCE Site Record of Decision North Belmont, Gaston County, NC September, 1997 Location requirements for hazardous waste treatment/storage/ disposal facilities. Siting requirements for solid waste disposal units. May be applicable to hazardous waste excavated, stored, and treated on-site. May be relevant and appropriate to nonhazardous waste diseased on-site. 7-4 --- - --- :EDERAL Groundwater Extraction and Treatment Resource Conservation and Recovery Act (RCRA), as amended ldenlification of Hazardous Waste Treatment of Hazardous Wastes in a Unh ------------ 42 use Section 6901 et seq. 40 CFR 261 40CFR2M601 40 CFR 265.400 Federal requirements for classification and Identification of hazardous wastes. · Rules and requirements for the treatment of hazardous wastes. ---- R-and Appropriate Rele.ml and Appropriate Requirements for Generation, Storage,• Transportation, and Disposal of HazarOOUs Waste . 40CFR 263 Regulates storage, transportation, and operation of hazardous waste generatoni. Relevalt and Appropriate Land Disposal Rest~cllons_ Disposal• Discharge to Surface WaterlPOTW Clean Water Act Re[JJires use of Best Available Treatment Tedmotogy Requires Use of Best Management Practices National Pollutant Discharge Elimination System (NPDES) Permit Regulations Discharge musl be conslstont wilh th~ reql.Jirements of a Waler Quality Management Plan approved by EPA •:c · ~,. Dischame must not/ncrease contaminant•, concentrations in ol site surface water. : t. ·.-~. Other Dccupational Safety and Health Administration ··\ .. STATE North Carolina Water Quality Standards Nor1h Carolina Ground.Yater Standards Wastewater Discharge to Surface Waters No~h Carolina Air Pollution Control Regulations North Belmont PCE Site Record of Decision North Belmonl, Gaslon County, NC 40CFR 264 40CFR 268 Prohibits dilution as a substi1ute for treatment. Relevalt and Appropriate 33 Usb~~r1~:,it1I:i\~r 40 CFR 122 SubpM C l~ CFR 122 15ANCAC2H 15A NCAC 2D and 20 ·.~-/~:·? ·.•('.:'.ff • t~~c1,o1ru/.=I~J~~~~~o%~Mrequired to control discharge of )/.:_: RBQui~~·ctevelopment and implementation of a Best Management Practices program to Relevalt end Appropriate Rele.ml and Appropriate Relevalt and Appropriate Releva1I and Appropriate preveol the release of toxic cortstituents to surface water. . Use of best available technology er.onomlcaly achievable for toxic pollutants dscharged to surface waters. - - . . Dis~ must comply with EPA-approved Water Quality Management Plan. ·SeJ~cted ~edal actlon must establish a standard of control to maintain surface.,_. quality .. R-and Appropriate :·PrQVj9es safety· rules for handling specific chemicals for site wakers during remedal Applicable actwities. . ::· · -~· . surtace water Qiiai;iy otandards. • • • ,:· ::-,-❖- //•t:/ ·•d-Estliiiiitiias••g,biiri;;;,ater standards, regulates Injection wens. sets aiteria for natural >atterµ,1at1on: _ Relevart end Appropriala Rere.mt end Appropriate Regulates surface water discharge and discharges to POlW. R-and Appropriate Reaulates ambienl air quality and establishes air quality standards for hazardolls air M_ay be app6cable for .on- polru1ants. . · s1le traalmentlexcavahon. 7-5 - :I ' I :I I I .1 ·.· ;.I·. :1 ;, I I I I I I :1 I I .I ATTACHMENT C TABLE 5-1 OF THE NORTH BELMONT ·• RECORD OF DECISION I I I I I I I I I I I I I I I I r -~ "". -..... ~ ~' . . ' ······--·-··<•-·• ··•··'"·-·· ·.,·--··· TABLE 5-1 MAIN ORGANIC CONTAMINANTS IN BEDROCK GROUNDWATER PLUME, RESIDENTIAL DRINKING -WATER WELLS . ,. ' NITS ' I FT B-309-PW I 15-18 2.01 510 B-003-PW I 15-18 2.01 510 B-004-PW I 15-18 I 3.05 528 B-350-PW I 15-18 4,06 B-351-PW I 15-18 4,08 B-312-PWS 15-18 12 B-312-PW 15-18 I 12· B-305-PW 15-18A 21 B-011-PW 15-18A 29 "B-048-PW 15-18A 31 B-012-PW 15-18A 39 B-355-DPW I 15-18A 40 "B-355-PW I 15-18A 40 "B-047-PW 15-18A 42 70 B-013-PW 15-18A 43 180 "B-001-PW I 15-18A 43 , · 180 "B-014-PW 15-18A 44 B-002-PW 15-18A 44 I.·;, .. "B-356-PW . 15-18A 46 1-.--·110 "B-310-PW 15-18A 52 ., I NB-017D-PW I 15-18A sa ' NB-017-PW 15-18A 58 ' NB-018-PW 15-18A 81 I ~B-019S-PW 15-18A 62 I .'.:'.\ ,, NB-019-PW 15-18A .. 62 \ ~B-021-PW 15-18A • 65 ~B-001-PW 15-10A 78 ----,·,·64 NB-033-PW 15-18A 96,01 ~B-033S-PW i 15-18A 96,01 ~B-034-PW 15-18A 99 ~B-352-PW 15-18A I 106 ~B-307-PW 15-18A · 108 ; 100 ~B-048-PW ' 15-18A 108 ' 100 iB-049-PW ' 15-18A 109,03 ! <B-308-PW 15-18A - -110 I. · 130 ,B-306-PW i 15-18A · -112- <B-311-PW 15-18A ·-112:01 . :,.:. :•>80 IB-353-PW 15-18A 112,02. JB-003-PW 15-18A 112,03 JB-037-PW 15-18A 114 130 JB-038-PW 15-18A 116 300 -350 JB-302-PW 15-18A 116 300 • 350 IB-301-PW 15-18A 118 300 IB-039-PW 15-18A 118 300 IB-357-PW 15-18A 119 100 IB-040-PW 15-18A 121 140 IB-042-PW 15-18A 123 105-110 IB-041-PW 15-18A 123 80 1B-303-PW 15-18A 125 IB-304-PW 15-18A 127 64 •IB-044-PW 15-18A 128 140 16-359-PW 15-18A 132 125 NB-354-PW 15-18A 138 ~IB-045-PW 15-18A 142 c:R/TERIA ,lf'\TCC!· (1).,.----'---· • •-1,. .-.~ ,.,.., '"'·• (21 ••---'-,.. ___ ,, __ ,..:,a, Nc,rth Belmont PCE Site RElcord of Decision Nc,rth Belmont, Gaston County, NC September, 1997 > FT : 400 ; ' ; I I I i ; ' ! 140 ! 140 I I 80 i I ; > ··i I , I : : 70 70 ' 105 ; ! i ' 100 I 80 90 I 60 I 55 I ; I ' 90 I I I . ..... , ·=' . ,r:-,.:-: UQ/L UG/L UGIL ' UG/L I 18,00 A 0,94 AJ I 1.00 UI 1.00 ' 12,00 A 0,68 AJ: 5.00 UI 5.00 ; 5.00 u 5,00. u 5.00 u 5.00 I 1.00 u 1.00 u 1.00 Ui 1,00 I 1.00 u 1,00 u 1,00 u 1.00 I 1,00 u 1.00 u i 1 .00 UI 1,00 · ' 1.00 U' 1.00 u 1.00 UI 1,00 I 36,00 2.20 1.50 1.00 i 5.00 u 5,00 u I 5,00 UI 5.00 I 5.00 u 5.00 u I 5,00 UI 0,87 · : 5.00 u 5.00 u I 5,00 u 5.00 1,00 u 1,00 u I 1.00 u 1,00 . 1.00 u 1.00 u ! 1.00 u 1,00 --5,00 u 5,00 u 5.00 u 5.00 50,00 ' u 50,00 UI 50,00 u 50,00 ·'1,00"· u 1,00 u I 1,00 u ; 1.00 I .25,00 ,, u 25,00 u I 25,00 u 25,00 1.00 _, ,U 1.00 u I 1.00 u 1,00 I 1.00 u 1,00 u ' 0.87 AJ i 1,00 I 1.00 u 1,00 u 1.00 u 0,58 i 5,00 u 5.00 u 5.00 U I· 5.00 ' 5.00 u 5.00 u ' 5,00 u I 5.00 I .5.00-. u 5,00 u, 5,00 u 0,66 I· 5.00 .--u 5.00 UI 5.00 u 0,64 I . 5.00 --u 5.00 · .· ··,.u.1 5.00 u I 0,62 I . 5,00 u .s.aa·· .u ' 5.00 u 5.00 I . ·,5,00 u _:·,'"'5,00 .U I 5,00 u 5.00 I· · -480,00 22,00 I 1.30 5,00 ! 320,00 21,00 · ; 1.10 I 5.00 i 5.00 u 5.00 -u ! 5.00 u 5.00 ' 1.00 UI 1.00 u 4,60 Al 1,00 ' ! 1,00 u: .1.00 u 9.40 Al 1.00 i -5,00 u a.so AJ: 9.40 A ' 5.00 ; 5.00 u 5.00 u: 5,00 U I 5.00 1.00 u ,. ,-1:00-.. .. u 5.40 A i 1.00 ! 6.80 . A '-'C-1.00 . :.u i 1.00 u i 1.00 ·1.00 ,. -· ----U ,_--0-1,00-.-· u, 1,00 u 1,00 ; :.1-:00· U, '.:>)1,00 U l · 1.00 u 1.00 ·-4,30-A 0,80 AJ ! 3,00 A 1.00 I 5.00 u 5,00 u, 5.00 u I 5,00 5.00 u 5.00 u, 3.00 A I 5.00 i 1.00 u 1.00 u I 1.00 u 1,00 1.00 u 0,70 AJ I 14,00 A 1.00 5,00 u 5.00 u; 3.40 A 5.00 1.00 u 1.00 U· I 1.00 u I 1,00 5,00 u 5.00 u I 5,00 u I 5.00 I 5.00 u 5,00 Ui 5.00 u 5,00 5,00 u 5,00 ui 5.00 u 5,00 1.00 u 1,00 u, 1.00 u 1.00 0.92 J 1.00 u I 1.00 u 1,70 5,00 u 5.00 UI 5,00 u 5.00 0.62 AJ 1,00 UI 1,00 u 1.00 1.00 u 1.00 u i 1.00 u 1.00 5.00 u 5.00 u: 5.00 u 5,00 5 ''', 0.7 ,., 511,, 2.a ~, ! 7111121 0,19 "' ' . ,_-I I • ._,_. 5-6 u u u u u u u u u AJ u u u u u u u u u AJ u u AJ AJ AJ u u u u u u u u u u u u u u u u u u u u u u u u u u u u u !I ;I -: I .. -I I I I -I ·I I I ,, :1 I :I I I ·1 I APPENDIXB IN-WELL VAPOR STRIPPING · SCHEDULE CDM Federal Programs Corporation 00-034/32C0-090/1212 I I .I i I I I I I I I I I I I I I I I Community Relations 1,213 2.0, 02MAR01 26JUN04 ; ·3.0~Qeye10pirfent)irld_,upaate{~_($ittfspe"6ifiC _P1_a1t_s?;3~-i~J?i1~jfA.tYif~1~*~~--r~ : Prep Draft Groundwater Monitoring Plan 30 3.0 09NOV01 0BDEC01 : EPA Review Draft GW Monitoring Plan 5 3.0 09DEC01 13DEC01 1--------------------------+---+----I-------I------J, Prep Final Groundwater Monitoring Plan 21 3.0 14DEC01 03JAN02 Begin Procurement of Subcontract 0 4.0 01JAN01 f4:\1ff..P~~!i:f(Pftf:S?,_li,qt8tiO~ll)~~ctiVme.~r~~~,~~~~~~~~i~~1imf~r.~~};&:1f~~~ : Advertise, Prepare, & Distribute Contract Docs 40 4.1 01JAN01 09FEB01 ' H·------------------------l----le------1------1-------1: Pre Bid Meeting . 1 4.1 10FEB01 10FEB01 , ll--::---::------=---=----------------1--+---I-----J.-----j ' Questions due from Bidders 7 4.1 11 FEB01 17FEB01 n-R-e_s_o_lu_ti_o_n_o_f_ln_q_u-in-.e-s-/l-ss_u_i_n~_A_d_d-en_d_a-------1--1-4+-4-.1-+-1-8F-E-B0-1--+0-3_MA __ -R-□-1 __j: lf--------------------------1---1---.!---'---.!------I' Bidders Prepare Proposal 30 4.1 04MAR01 02APR01 , t;~~2Je@~w~rn!~¢tj_v.mes}~~tri~tf.t~i~~§ftf~Qt~s5J~~i1h~~~i~!:~¥~· : Evaluate Bids 14 4.2 03APR01 16APR01 ' lr-------------------------.!---.!----l-------l--------1' Request for EPA Consent 14 4.2 17 APR01 30APR01 : i4:_33e,tsi~~w~rq1~"ctiYHi_e:s~swa,t~i1½ki~iv2~~t.~~;2%~~t~~~~~~.;:iVaTt~~~ I Award Contract to Subcontractor 7 4.3 01 MA Y01 07MA Y01 ' lc-----------------------+---'--1---1'-------1-------1 • Post Award Meetings/ Pre-Construction Conference 7 4.3 08MAY01 14MAY01 lr:S:-u-:-b-co-nt-ra_ct_o_r"P-re_p.:.P_o_s_t_A_w_a_rd_D_o_cu_m_e_n_ts _____ l--7-l-4-.3--l-1-5_MA_Y_0_1_+2-1MA--Y-0-1-I·: r:c----,---'---------------1---l.--.J-.:_ _ _:__:_,::_ ___ _j: Review Permits, Insurance Bonds 7 4.3 22MAY01 28MAY01 , lt:::--:---c::-:---c-.,--:---c-c-c----------+--1---J.-----ll----__j ' : Review Subcontracto(s Schedule 7 4.3 22MA Y01 28MA Y01 ' ' Review Subcontracto(s Measurement & Payment Sch 7 4.3 22MA Y01 28MA Y01 n,-----------------'-----+--1-.:_-1.=::.::..:_:.:..-1.:_ ___ __j: Issue Notice to Proceed to SIC 1 4.3 29MA Y01 29MA Y01 , .r--c--=-cc-c--:,-..,-,--------------1---l--~.J-----+----' Review Revisions/Addenda to SIC Submittals 30 4.3 30MAY01 28JUN01 ' ' fsJ9,~_M_a5ag~roeDt].S.tfPPOJt;t2?$><~~~~1!k~~~t.~~~~(t~~1rt~¾F.t~1~~~~~~~ : Subcontract Management Support 950 5.0 15MAY01 20DEC03 : Monitor Subcontract Costs and Reserve Budget 800 5.0 15MAY01 23JUL03 t!J·::o;:ofit~_ile:djB_EfSid_Efrit_\l~jQ~ctiOh~(f,(eS_iQer)f__E0.'9ffifefr)~?l~4i:~:1ffW)Ji~~~;~·ia~~5~ I ' Detailed Resident Inspection 420 6.0 11AUG01 04OCT02 , f-:::-.,---::c--,---'----------------1---J.---1------l.-----1 ' Conduct Site Walkdown 7 6.0 03AUG02 09AUG02 : Prep Draft Final Inspection Report 21 6.0 10AUG02 30AUG02 : r-=-=-c:--------'-----------1---l.--.J------+-----1 ' EPA Review 14 6.0 31AUG02 13SEP02 ' r.P:cr_e_p-::F::-in-a:-l ,-ln-sp_e_ct-::i:-o-n-::R:-e-po-rt.,----------l--1--4+-6 .... 0:_..j.::1 ... 4:..:S:..E:..P0:..2::_-l-2--7 __ S_E_P_02--I: . a.a -Re_medicil ActiOri, 1n·IP1ernentatiorff_::].-Q.f/~?/:./~:-~~;-?t.:~1N7?i?'~~1:~t¾~r"f{i{~]tf[:~Wf!]ilW:~%.;{ r SIC Conduct Survey /Jdentify Access Requirements 21 8.0 30MAY01 19JUN01 : r-=-=cc--:---::--------'-----'-------1---l.--.J-----+-----1' EPA Obtain Required Access Agreements 45 8.0 20JUN01 03AUG01 r.S:cu-;b_c_o_n,-tr-a-,ct:-o-r ,-M'--o-:-b-::ili:--z-at-=-io_n __ :_ ________ J-_7::.j.:8 .... 0:_..j.::04:.::.::A:..U .... G:.::0 ... 1-+1--0A_:U_G_0_1--l : Project Start Project Finish Data Date Run Date 01NOV00 27JUN04 12DEC00 120ECOO <e Primavera Systems, Inc. i PA M/ Early Bar Progress Bar Critical Activity NBV1 ' ' I : : I : : : : : : I : : : : I : : : : : : : : I : : I : : · Communi!)l 1 Relation I l j I I ! I I I I t I ' ' ' ' ' ' ' ' ' J ' ' I I • I I I I I. I I I I I I I I I , -!i'Sli P~p Draft Grpundwater Monitoring Pl Ian' ' I I I I I I I I I I I I : ~ f'EPA ~ev)ew Dra(t G'!V Monitprlng Plan : : ., . : : ,:\JI • Prep ~Ina Groundwaler Monitor! g Pian : I I I t I l I I I I I I l I I I I I I • t-Be~ln rro ure1me~t o Su~con;trac t I I I I I I I I I I I I I I I I I I I I I I I I I I I I l I I ' ' I I I I I I I I ' ' ---,,--i "Ti I! II Docs 1 ' ' I ..J •· I I I I I I .. t"fe Bid ,v;ieetJng I I • r , 1, I t , 1 1 r 1 l l I I I I I I ' ' ' ' , • ..-""dverlls", Pr'epaf., & Distrlbµte Contrac 11~ Quertions due om1 Bidder. I I : . Resohjtloi) of nq~lrie*ns uiniJ Aqder da : ' ' ' ' ' ' ' : L:lB ""7 Bidderls Pr.epa're Pr'op sat: : . ' ' ' I I I I I I I l I I I I I I I I I I I I I l Evaluatt Bids i 1 1 1 1 1 1 1 I I I I I I I I I I I "'Refiue t tqr E~A ( ons~1nt: : : : : : I ; I ;1 1 I I I I I .i~ AY/ar cqntra'.ct tf Su~co~tra~tor: : : : ; · I r, I I I I I I I I I I I , . ',PostlAward Mee ings/ P,e-C nstructlon lconference , I I I I I If I I I I I I I. 'SubconfractorJrep'Po~t Award Docun en~ ' ' : ~' I : • :1 I : : I : I , ~-~ Re lew; Per.rm , ln~u~nce Bonds 1 1 1 ; I f4 I I I ti I I I l I I , 1 ~ Re iew Subcontraa,or's Sc hedule r 1 , 1 I t ! I II t I I I t I . ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' i I } ' i ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' . ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' . I I I I I I t I I I . I I I I ' ' ' ' ' ' : , · Reyi•V.: Su~co, traqtor')I M, as~ren)ent & P~ynjent Sch: l -~ t I I I I ' l I l ! •.• , ~ lss:Ue Notice tc Procee.d to S/C ; , 1 , ' ' I II I I 11 I I I t I ! , ,•ml' Review-Re lsions/Addenda to •S/C Submittals , I II I I II I I l I I I 111 I Ill I I•' I ... 11' I " ' ,, ' " ' " ' .11 I " ' " ' ,, ' " ' " ' " ' ' ' ' i '· ' ' ' II I I I I I I f ' I I I I I I I ' ' ! I I I .., I l I I • Detailed ~ esldent lnsiection r 1 1 I r 1 1 1 1 1 . j · Cbnduct Site Wal,down ' ' ' J l I : : : : : I · · PJp Draft,Flnil 1n,pectlon R~por( I I I I I ' ' ' PARevlew 1 1 1 1 I I I I I I I : .., Pre)> Fi1nal lnsp~c~on Rep9rt : ~ ' ' : · ,.1&'75/C ~on~uc Su/vei /Id ntify Access Requirement I I--, I I I I I I I I I I I I I I ' ' ' ' , · , . ' EPA Obtain Required Access ilgreements : I ~ · S~bc~n~~t~r Mbbm~atl~n I · : : 1 I ' ,. I I ' I I I I I I I . North Belmont Remedial Action In-Well Vapor Stripping Schedule ' ' ' ' ' ' ' ' ' ' , , , · ubpon\rac Nlo'llto1 Subco'ltra1 t cdsts:anc 1 Sheet 1 of2 I I I I 1 1 r r Ma11agtm1(nt liuppprt ReServe B1 dgQt : . ' ' ' ' '. ' ' ' ' ' ' ' ' ' ' ' CDM Federal Programs Corporation lo\ Sub$idiary o/Camp Dreuer & McKao Inc. I I I I I I I i I I I I I .I I I I I Subcontractor Submit Predesign Sampling Report 40 8.0 09NOV01 18DEC01 ' l-------------=----=-=----'-----jl--+--.J------1------1' Predesign Meeting Sampling Report 1 8.0 09NOV01 09NOV01 : 1---------------------------l-----l----l.-------1------a, ,_Subcontractor Develop Draft Design/Work_ Plan . 45 8.0 · 1 ONOV01 24DEC01 1---------------------------l-----l----l.-------1------1' 90% Design Meeting 1 8.0 25DEC01 25DEC01 I-S-u-b-co_n_t-ra-c-to_r_O_b_ta-in-P-erm-it_s _________ .J-__3_0+8-.0-..)_26_0_E_C_0_1_...1-24_J_A_N_0_2--I: Subcontractor Finish Draft Design/Work Plan 15 8.0 26DEC01 09JAN02 EPA & COM Federal Review 21 8.0 10JAN02 30JAN02 Subcontractor Develop Final Design/Work Plan 21 8.0 31JAN02 20FEB02 Subcontractor Install Treatment Well 60 8.0 21FEB02 21APR02 Subcontractor Install Pipe 24 8.0 22APR02 15MAY02 Subcontractor Install Treatment System 30 8.0 . 16MAY02 14JUN02 • Subcontractor Startup 21 8.0 15JUN02 05JUL02 SIC Performance Test 14 8.0 06JUL02 19JUL02 SIC Tracer Test 14 8.0 20JUL02 02AUG02 ' fs::·1~s:0Perauont&~~~.if1.te:rfa~98]0.&_~)t~'i'!i1l4i~-s~i1rit:r~~~~-f'fi~:¥k~~w.[~~~~1~i~f~~·~ . S/C Prep Draft O&M Manual 14 9.1 03AUG02 16AUG02 , EPA & COM Review Draft O&M Manual 14 9.1 17AUG02 30AUG02 f.,-----------------------jf---+---1-------1------1, SIC Prep Final O&M Manual 24 9.1 31AUG02 23SEP02 , Quarterly Monitoring/Sampling Report 75 9.2 .1 23DEC02 07MAR03 lc-------------------------l---l---'-.1...-----.l-----~' • Quarterly Monitoring/Sampling Report 75 9.2 , 25MAR03 07 JUN03 • : ' · Quarterly Monitoring/Sampling Report 75 9.2 25JUN03 07SEP03 , f.,----=------=--=--=--.:....----------lc--+-....c.l------l------1' Quarterly Monitoring/Sampling Report 75 9.2 24SEP03 07DEC03 : };9:3~~ep?;>_rf~fi5j~C(~_er1qrrrfanc.:e~~S-:1,~105§~f?@:~~~i~miEttt~;~-::~~~~~~~1i'~ l : COM Prep Draft Technical Memorandum 21 9.3 08DEC03 28DEC03 ' EPA Review Draft Technical Memorandum 14 9.3 29DEC03 11JAN04 , lr.C~D~M~P~r_e_p~F~in-a~l~T~e-ch~n~i-ca-l~M~e-m_o_ra_n_d_u_m------l--1-4-l-9-.3-+1-2J_A_N_04-~2-5_J_A_N_M_,_j: ' ' I, t:10:,2te~Ejh~VF!~a_1~ctivi!i~~t~~~~}f]J~Z:!#~J~!'t~~f~~-if~~~t~~~~ : Pre-Final Inspection & Punch List 25 10.2 02JAN04 26JANM ' ' t;1O:3{Firijil-~P8frjfe'f1t(f?Uri~li[tiSt:~¥J.~.;~~0tf1:*:=tt1~3-l~tWI,'X!f.~\(~?.'~~~~~~~ : Complete Punch List 15 10.3 27JAN04 10FEBM Final Inspection/Payment 15 10.3 11FEBM 25FEBM ,.1~1_.0--::Wc-o'crk:-.-'-A=s.:.si"'g'-'nm:...··=e:.::nt:...C:.:l.:.os:.:e:.:.O=ut:.:.·:.:. .. _·...: ''·.o..:..c".v:-'-"' ':.·:...·· ..:.· ·=:· ':... . ..:.':...· •:...=·-':... ·•:.:.·:,...:_ :Yi....:., .. c.;.-;.:.:...:. i:2i . .':·::,2,.-·••·'':c.:::·;;i,:::...> .. ,.c.-'°:...', ·.:=_•::_=:'-"<'c:c:::i ;.: : r.P~r~e:-p:::D_ra-:ft_C--:lo:cse_o_u_t_R-,e':-p-ort __________ ..1l ___ 1.:.5j...! 1:...1 __ .o~! .... 2 __ 7 A...:_P:...R.:.M ___ ~1 __ 1 __ MA.:__Y __ M-I : EPAReviewCloseoutReport i 25!11.0 !12MAY04 I05JUNM ' f::--:=c--------.....: _____________ _,_:---'----1 ______ !..:_ ____ .-J: Prep Final Closeout Report 21 ! 11.0 .: 06JUN04 !26JUNM , ' ' ' ' ' ' ' ' ' ' ' ,. ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' . ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' . ' ' ' ' ' ' ' 1 v~Subcontractor Submit P.lredesign Sampling Rep'ort • 1 1 1 1 , 1 1 I I I I I I I I I I I I I 1 I I I t l I I l : ~ ,,predesig? M~etilg S~mptng Re~ort: : : : : : : ·-: : : : : • "1_ -1 • • Subcontractor Develop Draft DesignJWork .Pia 1 : :. _ .: • 1--1 : , 1 1 1 1 1 1 I I r I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 90% Design Meeting , 1 1 1 1 , 1 1 1 1 1 1 : : : 1~ 1 ~su~co1tra~tor Pb~in ~errtjits : : : ! : : : : : : , , , , 1i;Subc~on±ctor Finislj Draft Deslg. n/Work,PlaJ , , , , , , , , , I , I , , I __ L , , l , t , l , , • t , l ' ' ' . . . EPA & COM Fede'1).I Review ' ' ' ' ' ' ' ' i ' I I l I I I I I I I I I I I J r I I I : ; : ~ · 1Su 1 con~ractor Dev~lop:Fln I D~slgfl/Work ~la~ : : : : ; : 1 , , 1 1 1 1 tr I j 1 1 1 1 t r 1 1 1 1 , 1 , , , • Subcon ctor Install Treatmen Well 1 1 1 1 1 1 1 r I t • 1 Jwl 1 , I , 1 , 1 • 1 1 1 1 1 ', 1 1 ' 1 •. Sub1onti"actbr install Pipe ' 1 · ' 1 1 ' 1 1 I I I I I I I I "l I I I I I I I I I I 1 1 ; ; ;:1• Sub~ontfactor lnsta(JTn atm:ent1Syslern:-1 ; 1 1 • I I I I I I I_ I I I I I I I I I I I I ' ' 1 , 1 1 1 1 .,,Subcontractor StartuR 1 1 1 , 1 1 , , I I I I I I ' I l l I I I I l I I I ' I • I I I , I 1 ,,c rerform!:ancb TeSt I t • • I I • , I I I I l I I r' 1 t I l t l 1 I I : : : : : : , 751¢ Tr ce'iTeSt : : : : : : : : . . . k l I I I l I I I I I I I I I S/C rep Draft OtM Manual , , I I I I I I ! •• EPA & 'COM R view Draft )&M Manua l I I I I I S/C :Prep Fl~al O&l°\'I M, nua,1 : ' ' ' ' ' ' ' ' . ' ' ' ' ' ' ' ' . ' ' ., ' ' ' . . l I I I I I I J I I I ' . ' ' 'f I ' I I I I I I I I I I I System10&VI , 1 1 1 ' I I l I I I I I ' I t I · guarterly Monitoring/Samplh1g Repo(I , , , , I , I I I -I I I 11 I ' I I I : : :a iparterly:Moil!o,;ing/,SaJpling R~port : , , I t I ' I I I ' I I l ' I 1 1 , -,-9 arterly,Mo itoring/Sampling Repoh , , I I I I I 1 j I I f' I I I I I I : : : : : 1 1 • 0Uarttrly:Mo ito~ng~Sar pli~g R~po rt ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' . ' ' ' 1'■ I I I I I . I I I ' ' ' ' ' ' ' ' ' ' ' '· ' Sheet 2 of 2 ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' '· ' ' ' ' ' ' ' ' ' , .. ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ,· ' ' ' ' ' ' ' ,· ' ' ' ' ' I ·I ! . ' i ,. ' ' ' ' ' ' ' : ,'.'l'i 'cot,, Prep r.raf;l Te~hn cal !Vlen)oranduin : , n PA Rev ew Draft Te•hnlcal Mer orandum I~ I I I I I I I I I I I I I I I ; 1CDfJ1 Prep fina1 Tet:hn~cal "lfe11 ora~du~ ' ' ' ' ' : : .?Vsrc q'.emQbili~atic;m : I ,7 I -.-I I I · l ~ ' Site R_estor.ltion 1 1 , I I I, -r-• • 1 1 I I 11 I I I I I ; i . .,=;P~in;al l~spe~tlot, & Pun~h I l I II I l I I I ' .: I' I I I I I I I I I I I I : , (1omplet~ Purch Lisi : I I J,.. • I I I L, I I , , , Fmal lr1specllo1uPaymQn! ' ' ' ' ' ' ' 1st I ' ' ' ' ' ' .. ' ' ' ' PJ"ep ~ra~ RJj Re:po~ : E~A ~evi-w ~ R~po,-1: : ~Pre'p Final ~ ~ep rt : ' ' ' I .I I. I I, I P1rep Draft Closeout ~eportli.r : , , I , , I f!t' EPA Review Closeout Report .. • I I I I I I I I ' , rrep Fi~al q1os~ou1 Report'. ,1 ' ' ' ' ' ' ' ' ' ' ' ' . : •··· I ; I. ) . ' :1 •• :' I . ·• I I •• ' ·1 I :1 I I I ·• ,I APPENDIXC EXTENSION OF EXISTING ·WATER MAIN FINAL (100%) DESIGN . CDM Federal Programs Corporac;on : • I . . 00-03'/32BO-OW1212 'I I ·I I I I I :I I ' ii •• ·1 ,I I I I I I ·I RESPONSE ACTION CONTRACT FOR REMEDIAL, ENFORCEMENT OVERSIGHT, AND NON-TIME CRITICAL REMOVAL ACTIVITIES AT SITES OF RELEASE OR THREATENED RELEASE OF HAZARDOUS SUBSTANCES IN EPA REGION IV U.S. EPA CONTRACT NO. 68-WS-0022 FINAL (100%) DESIGN STATEMENT OF WORK FOR EXTENSION OF EXISTING WATER MAIN, CONNECTION OF INDIVIDUAL RESIDENCES TO CITY WATER, AND INSTALLATION OF INDIVIDUAL RESIDENTIAL CARBON FILTRATION UNITS AT THE . NORTH BELMONT PCE SITE, NORTH BELMONT, GASTON COUNTY, NORTH CAROLINA ·, REVISION3 Work Assignment No. 096-RDRD-04QD Document Control No. 3280-096-PP-WKPN-09650 December 13, 2000 Prepared for: U.S. Environmental Protection Agency Region IV Atlanta, Georgia Prepared by: CDM Federal Programs Corporation 2030 Powers Ferry Road, Suite 490 Atlanta, Georgia 30339 I 'I I I ,, ' I I I .I :1 I I I :I I I I ·I :1 . ,, •• TABLE OF CONTENTS . Section LISTOF TABLES ... : . : ........................................... ; .... iii LIST OF FIGURES .... , ......................... · .................. · .... · . iii . LIST OF ACRONYMS AND ABBREVIATIONS .. ; ...... : ..... ." ............. iv 1.0 GENERAL INFORMATION ........................................ 1-1 I.I DEFINITIONS ................................. : ............. 1-1 1.2 PROJECT OBJECTIVES ... ; .................................. 1-2 1.3 . OVERVIEW OF CONTRACTOR SERVICES TO BE PROVIDED ..... 1-2 1.4 RESPONSIBILITIES OF PROJECT REPRESENTATIVE AND/OR EPA._. ............. :· .. _ ............. : ............... 1-3 2.0 SITE LOCATION, DESCRIPTION, AND HISTORY .................... 2-1 3.0 REQUIRED ACTIVITIES ................................ ; .......... 3-1 3.1 GENERAL OVERVIEW ....................................... 3-1 3.2 WATER MAIN EXTENSION .................................. 3-3 3.2.1 SCOPE OF WORK ..................................... 3-3 3.2.2 PERFORMANCE STANDARDS ........... ; ............. 3-13 3.2.3 DELIVERABLES ..................................... 3-13 3.2.4 . SCHEDULE .......................................... 3-14 3.3 RESIDENTIAL CARBON FILTRATION UNITS .................. 3-15 3.3.1 SCOPE OF WORK .................................... 3-15 3.3.2 PERFORMANCE STANDARDS ......................... 3-16 3.3.3 DELIVERABLES ..................................... 3-17 3.3.4 SCHEDULE .......................................... 3-17 3.4 .PROJECT PLANS ........................................... 3-18 3.4.1 OPERATION AND MAINTENANCE DOCUMENTATION ... 3-18 3.4.2 SITE-SPECIFIC PLANS ................................ 3-18 4.0 EVALUATION OF BID ............................................ 4-1 ATTACHMENT: 00-038/3280-096/J 128 RESIDENTIAL WELLHEAD GRANULARACTIV A TED CARBON TREATMENT UNITS -PERFORMANCE SPECIFICATIONS II I I I I I I I I I ·I :1 I I I I I ·:1 :1 : . LIST OF TABLES Table 3-1 . COMMERCIAL AND RESIDENTIAL REQUESTS .................... 3-5 3-2 WATER MAIN EXTENSION SCHEDULE .......................... 3-15 3-3 RESIDENTIAL CARBON FILTRATION UNITS SCHEDULE ...... : .... 3-17 · 4-1 WATER MAIN EXTENSION PRICE SCHEDULE ..................... 4-2 4-2. RESIDENTIAL CARBON FILTRATION UNITS PRICE SCHEDULE ...... 4-3 LIST OF FIGURES Figure 2-1 SITE LOCATION MAP ......... '. ................................. 2-2 2-2 NORTH BELMONT PCE AREA .................................... 2-3 3-1 REMEDIAL ACTION REQUIREMENTS ............................. 3-4 00.038/3280--096/1128 l1l I I LIST OF ACRONYMS AND ABBREVIATIONS I CDM Federal CDM Federal Programs Corporation I CP Contingency Plan CQA construction quality assurance CQAP Construction Quality Assurance Plan I DCA ··. dichloroethane DCE dichloroethene DOT Department of Transportation · I DQO data quality objective EPA . U.S. Environmental Protection Agency I FSAP Field Sampling and Analysis Plan GAC granular activated carbon HASP/CP · Health and Safety Plan/Contingency Plan I O&M operation and maintenance OSWER • Office of Solid Waste and Emergency. Response PCE tetrachloroethene I PVC polyvinyl chloride QAPP Quality Assurance Project Plan QC quality control I RCFU residential carbon filtration unit ·RCRA Resource Conservation and Recovery Act SAP Sampling and Analysis Plan I SOP Standard Operating Procedure sow Statement of Work TCE trichloroethene I UV ultraviolet WMP Waste Management Plan I I I I I I 00-038/3280.Q96/l 128 IV I I I I I I I :I :I I I I I I I I I I I n 1.0 GENERAL INFORMATION 1.1 DEFINITIONS Applicable Agencies -·Federal, state, and local agencies and governments having jurisdiction over the work described in this document, including, but not limited to, U.S. Environmental Protection Agency (EPA), North Carolina Division of Environmental Health, Department of Transportation, and the City of Belmont. Contract -The Contract between the Project Representative and the Contractor with respect to the services described in this Statement of Work (SOW). Contractor -The party with which the Project Representative contracts for the services described in this SOW. Day-Calendar day. EPA-U.S. Environmental Protection Agency, Region 4. NCDENR -North Carolina Department of Environment and Natural Resources Optional Services -Services that are not part of the base contract but which the Project Representative may require the Contractor to perform depending on site conditions or project performance. Performance Standards -Performance standards, levels, or criteria that must be met at all times to satisfy the requirements of this contract. Project Representative -Firm contracted by EPA to subcontract and oversee the design and construction. . 00-038/3280-096/1128 1-1 I I I I I I :I I I I I I I I I I I I I " 1.2 PROJECT OBJECTIVES The objective of this SOW is to support remedial design activities at the North B~lmont Tetrachloroethene (PCE) Site, located in North Belmont, Gaston County, North Carolina. · Specifically this document provides the technical requirements for • the extension of existing water mains to provide city water service to selected residences; • connection of individual residents desiring city water to the water main extension, and • installation and maintenance of individual residential carbon filtration units to selected residences. 1.3 OVERVIEW OF CONTRACTOR SERVICES TO BE PROVIDED The Contractor shall provide all services and supplies necessary to perform the water main extension and installation ofresidential carbon filtration units, ii{cluding, but not limited to: J. Prepare plans, specifications, drawings, and design documentation for the activities described in this SOW. 2. Revise specifications, drawings, and design documents based on comments generated by applicable agencies. 3. Obtain all required authorizations to construct, permits, approvals, licenses, and consents required for the work. 4. Identify and obtain all easements, right-of-ways, and other property owner access agreements necessary to complete the work specified in this SOW. 5. · Execute water main extensions. 6. Connect residences to water main extension. 7. Install and maintain residential carbon filtration units. 00-038/3280-096/1128 1-2 I I 'I I I I I I I : .• I I ,I :1 I I ·I , .• I .· 8. Conduct post-construction and operational testing. 9. Demonstrate attainme~t of perfonn~ce standards. ·10. Submit as-built drawings and update as needed. Section 3 provides technical requirements and perfonnance standards for perfonning these services .. The Contractor shall provide all supervision, labor, and materials necessary for these services. The scope of work for the Contractor will in no way be limited by the infonnation provided iri this Section 1.3 or by the remedial action schedule or price schedules provided in this solicitation. 1.4 RESPONSIBILITIES OF PROJECT REPRESENTATIVE AND/OR EPA The Project Representati~e, City of Belmont, and/or the EPA shall provide the following services as part of this project: I. Approve design documents and project plans. 2. Conduct construction oversight. 3. Approve perfonnance standards achievement. All other services or activities are the responsibility of the Contractor. 0O-OJS/3280-096/1128 1-3 I I I I I I I I .I I I I .I . 1 I I I I I 2.0 SITE LOCATION, DESCRIPTION, AND HISTORY . . . . The Site consists of two closed dry cleaning operations located in North Belmont, Gaston County; North _Carolina. These' two areas are referred to as "Source Area A" and "Source . . Area B" (Figure 2-1). Source Area A, which was operated by the Untz family from 1960 to 1975 as a dry cleaning business, is located at Roper's Shopping Center in Land Lot 5, Parcel 15-18A on Woodlawn Avenue. The shopping center included Roper's Furniture Store; a Baptist church, and a cabinet manufacturing shop. The former dry cleaning facility . . . is approximat~ly 0.75 acre in size and is bounded to the east and west by residential neighborhoods, to the north by a cemetery and an undeveloped wooded tract, and to the south . by North Belmont Elementary _School. Source Area B is located at the northeastern comer of Acme Road and Suggs Road iri Land Lot 11, Parcel 15-18. This parcel has been converted to residential property. The majority of the area surrounding Source Area B is residential with a few smalfbusinesses. A cabinet shop is located to the north. A previous refrigerator repair shop and a machine shop were also suspected to be potential sources of contamination. The refrigerator repair sliop, now closed, is located at the intersection of Julia Street and . Acme Road in Land Lot 15-1 SA, Parcel 32. This is a small commercial strip area with residential property surrounding the Site, except for a cabinet shop and a well drilling · company located to the east. The machine shop is located at the comer of Acme and Centerview Roads and is encompassed by residential neighborhoods. Figure 2-2 shows the approximate study area . 00-038/3280-096/1128 2-1 I I I I I I I I I I I I I I I I. I I I SOURCE AREA •Cramerton •Gosl)en Grove COM FEDERAL RAC VIII SITE LOCATION MAP I •Catawba Heights/ @ I NORTH BELMONT PCE SUPERFUND SITE CDM Federal Program., Corporation GASTON COUNTY, NORTH CAROLINA 2-2 l NOTTO SCALE FIGURE NO. 2-1 j - -- ----- -- "'°'"""""" e PRl't'\OUS ORY a..£NCING fACILffiES • PRE.VIOUS REFRIGERATOR REfWR FACU.JTY ■ IMCHlt£ SHOP o· 1000' COM Poml "'-"'Coq,o,.dan - --- - " COM FEDERAi. RAC VIII NORTH BELMONT PCE AREA NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA - --- • I FIGURE NO. 2-2 I I I I I I I I I I ,I I :I I I :I I I I 3.0 REQUIRED ACTIVITIES 3.1 GENERAL OVERVIEW The items listed below shall be designed, constructed, tested, operated, and maintained by the Contractor: • • • . the extension of existing water mains to provide city water· service to selected residences, connection of individual residents desiring city water to the water main extension, and installation and maintenance of individual residential carbon filtration units to selected residences .. The. work shall be performed in the area shown previously in Figure 2-2. All work performed under this contract shall be under the supervision of a Professional Engineer registered in the State of North Carolina. This SOW provides the performance standards for installation, operation, performance, and evaluation of the water main extension and residential carbon filtration units. The Contractor shall be solely ~esponsible for performing the detailed design of the system in order to install and operate the system to m.eet the objectives and requirements stated herein. At a minimum, the Contractor shall perform all engineering, process, hydraulic, electrical, mechanical, civil, structural, and other calculations necessary to ensure proper sizing of equipment, piping, valves, wiring, and all required ancillary equipment. The Contractor shall meet all performance standards contained in this document. . The Contractor shall comply with all Federal, State, and local rules, regulations, and permitting requirements . that could affect the performance of this work .. Applicable regulations include, but are not limited to, the following: OQ.QJ8/J280-096/l 128 3-1 I I I I I I I I I I I I I I I I I I I • Resource Conservation and Recover;, Act (RCRA); • Occupational Safety and Health Administration requirements; • State hazardous waste regulations; • · State air emission regulations; • State Drinking Water Act; • other Federal; State, and local ordinances; and • Clean Water Act. The Contractor shall be liable for all penalties assessed due to permit violations or other inadequacies of the construction. The Contractor shall identify and obtain an easements, right-of-ways, and other property . . . owner access agreements necessary to complete th_e work specified in this_ SOW. The Contractor shall coordin~te with local emergency responders to ensure the proper implementation of the health and safety plan and specifically the emergency response plan. If necessary, the Contractor shall review and complete an emergency responder agreement with local emergency responders. The Contractor shall conduct a kickoff meeting at the site with all local emergency responders, and notify the responders and the Project Representative of any changes to the emergency response plan throughout the work. The Contractor shall provide documentation to the Project Representative which documents this coordination. The Contractor shall complete the work efficiently and in accordance with accepted industry standards. The Contractor shall ensure that the final design and construction meet applicable ~d relevant codes and guidelines including, but not limited to, the pertinent requirements of the following organizations: AASHTO -American Association of State Highway and Transportation Officials ACI -American Concrete Institute AIEE -American Institute of Electrical Engineers ANSI -American National Standards Institute API -American Petroleum Institute 00-038/3280-096/1128 3-2 I I I I I I I I I I I I ,. I I I . ASCE -American Society of Civil Engineer~ ASME -' American Society of Mechanical Engineers · ASTM -American Society for Testing and Materials · A WS -American Welding Society . . . A WW A -American Water W arks Association. NBS -National Bureau of Standards NEC -National Electrical Code · NEMA -National Electrical Manufacturing Association OSHA -Occupational Safety and Health Administration . . . : . . . .. Materiai and equipment shall conform to the Contractor's final design specifications and · . .. standards. Fox: manufactured and fabricated products: • Design, fabricate, and assemble in a workmanship-like manner; • Manufacture like parts or duplicate units to standard · sizes and gauges to be interchangeable; . • · When two or more of the same item are required, the items shall be identical and provided by the same manufacturer; • Products· shall be suitable for service conditions. The Contractor shall perform the work in accordance with the manufacturer's instructions. 3.2 WATER MAIN EXTENSION 3.2.1 SCOPE OF WORK The Contractor shall extend the existing water main to allow the connection of individual water service to the residences as indicated in Figure 3-1 ~d as listed in Table 3-1. It is the Contractor's· responsibility to design and construct the necessary water main extensions 00-038/3280-096/I !28 3-3 I I I I I I I I I I I I I I I I I I I o· CEMETERY 1.01 e CltyWlltlK -Carbon Flit« and War Stub and Meter WIier Stub and Meter Only • Connect to Water Main Offlcial Boundary e.timatec:t Boundary Based on Field Oblervatlons Note: P11'081 numbers for Iota drawn hued on fleld obMrvatlona have been aaigl led by COM for convenience (parcel noe. In red). 500' CONCRETE SUPPLY 2 1000' • 96 18 • • • • • 96.01 COM Federal Programs Corporation • 2J 21 COM FEDERAL RAC VIII REMEDIAL ACTION REQU IREMENTS NORTH BELMONT PCE SUPERFUND SITE GASTON COUNTY, NORTH CAROLINA 3-4 CT£: W MIC' OH OlltllJW. 111:CDtl) "10W '1D1 ,. 1010N. ~ 0N I0/11,1115, FIGURE NO. 3-1 ··"-"" ,,_.,. I I I I I I I I I I :I I :1 :.1 I I I . Street Acme Rd. Boundary Centerview 00--03813280-096/I 128 Table 3-1. Commercial and Residential Requests· Water Stub Carbon Filter, and Meter Water Stub, House No. Parcel CitvWater Onlv and Meter 2105 35 X 2109 36 X 2111 37 X 2113 38 X 2200 39.01 X 2201 41 X 2203 40 X 2205 43 X 2207 52 X 2208 123 X 2209 42 X 2211 44C X 2212 122 X 2213 44B X 2215 44A X 2216 121 X 2220 120 X 2221 45 X 2223 46 X 2224 119 X 2228 118 X 2232 116 X 2300 106 X 2304 109 X 124 78.01 X 2505 78.02 X 2507 78 X 2509 81 X 2513 4.08 X 2515 4.07 X 2517 4.06 X 2519 4.05 X 200 129 X 201 125 X. 202/202A 128/128A X 203 126 X 204 130 X 205 127 X 206 115 X 3-5 1··--~"·----··:~;""~·':'.~~:·~~":-:~· I I I I I I I I I I I I I I :1 I Street Cody Lane Dumont Rd. - O'Daniel Roper School St 00-038/3280.096/l 128 .... ,. -···· ,..,._...... , . T_able 3-1 (Cont.) Water Stub Carbon Filter, and Meter Water Stub, House No. Parcel CitvWater Onlv and Meter 119 112.01 X Unknown 112.0lA X 121 12A X 124 139 X 125 12B X 128 139.01 X 130 140 X 132 144 X 421 112.04 X 414 112.03 X 415 112D X 420 112.03A X 102 114 X 105 108 X 106 113 X 106½ 113A X 107 109.02 X .. 110 112A X 114 112B X 114 ½ l 12C X 115 110 X 101 58 •x 103 57 X 104 31F X 106 31E X 108 31C X 108 ½ . 31D X 110 31A X 110 ½ 31B X 112 30 X 114 29 X 103 49 X 104 99 X 106 98.01 X 114 62 X 3-6 I. I- I I I I I I I I I I I I I ,, I I I I ·. Table 3-1 (Cont.) Water Stub· · Carbon Filter, and Meter Water Stub, Street House No. Parcel · Ci,.., Water Onlv · and Meter School St. 116 61 X 118 · 60 X 201 14 X Thomas Fite 105 130.01 X 105A 130.0lA .. X 105 ½ 131 X 107 132 X . 109 133 X . 110 147 X 112 146 . X 113 134 X 114 145 X 115 ·. 135 X 116 143 X 117 137 X 118 142 X 120 141 X 121 138 X 122 139.02 X 123 112.02 X Thomas Fite/ 126 12C X Cody Woodlawn 601 2.01 X 603 79 X 605 77 X Apricot 102 66A X 104 66 X 106 · 65 X Ma2nolia 108 72 X required to service all residential lots listed in this figure. In summary, 61 residents shall be connected to city water, 37 residents shall receive a connection stub and meter (but will not be connected), and 5 residents shall receive carbon filtration units, connection stubs, and meters. These numbers are estimates and may change plus or minus 10% ( fractions shall be rounded up to the nearest whole number). 00-038/3280.096/1128 3-7 I I I I I I I I I I I I I I I I All work shall be conducted in compliance with the applicable North Carolina statutes· · governing community water systems. All work must meet the approval and requirements of· the Project Representative, North Carolina Department of Environment and Natural Resources (Water Supply Division), the City of Belmont, and any other applicable agencies. Any or all of the above agencies may review submittals required by this subcontract. It is the Contractor's responsibility to respond to all provided comments. . . Specific services and activities which must be compl~ted include, but are not limited to, the following items. Completion of these activities does not guarantee obtainment of the performance standards listed in Section 3.3.2. It is the Contractor's responsibility to complete all activitie_s required to obtain the listed performance standards whether they are listed below or not. Communications · The Contractor shall communicate frequently with the Project Representative and its on-site representative. Each week ·that the Contractor performs. work at the site (including mobilization, survey work, construction, site restoration, testing, and demobilization), a weekly status report shall be prepared by the Contractor and submitted to the Project Representative. The weekly status report shall be provided to the Project Representative via e-mail (attached files are acceptable). The report shall be submitted prior to 9:00 a.m. eastern standard time each Monday. Each weekly status report shall include, at a minimum, · the following information: • a summary or all work performed at the site up until the close of business the previous Friday, • a summary of all conversation and agreements made during the week, • a summary of all problems encountered and steps planned corrective actions, 00-038/3280-096/I 128 3-8 I I I I I I I I I I I I I I I ·1 I I I ·.1 • .. a. summary of all ;ubcontractors and key personnel who worked at the site the previous week, and an updated schedule, if changes are required, from the previous week. The schedule shall be in Microsoft Project or PRIMA VERA software unless other arrangements are made with the Project Representative. Meetings . ' . . . . . The Contractor shall attend meetings as required. At a minimum the Contractor shall be · required to hold the following meetings. At a minimum, the Contractor shall send its lead design engineer and project manager. • !'re-design Coordination Meeting-Prior to initiating design work, the Contractor shall hold a pre-design meeting with the Project Representative, the City of Belmont, and EPA. The meeting shall be held at the site. • 90% Design Review Meeting-The Contractor shall hold a 90% design review meeting with the Project Representative, the City of Belmont, and EPA. The · Contractor shall present the 90% design at the meeting. This meeting shall be held at the site. • Pre-construction Meeting-The Contractor shall hold a pre-construction meeting with the Project Representative, the City of Belmont, and EPA. The meeting shall be held at the site. After each meeting, the Contractor shall develop and submit meeting minutes to the Project Representative within three working days. General • Furnish the Project Representative the items specified under Section 3.2.3 Deliverables. • Prior to initiating the design, the Contractor shall perform all surveys required to complete the design and identify all easements, right-of-ways, and other property owner access requirements. 00-03 8/3 280-096/1128 3-9 I I I I I I I I I I I I I I I I I I • . The Contractor will be responsible for obtaining all required easements, right-of- ways, and other property owner access agreements. • · Meet the performance standards listed in this document. • Prepare all project plans outlined in Section 3.4 of this document. • Complete all necessary design documentation (including ·specifications and drawings) and activities required to obtain the approval of applicable agencies prior . to initiating construction. • Obtain all required permits and licenses necessary to complete the work described in this document. • Pay all fees required (including city, county, permits) to hook individual residences up to city water a.'ld provide carbon filtration units. • Complete construction in acco~dance with all Federal, State, and local rules, laws, . regulations, and ordinances. · · · • Dispose of all waste generated during the course of construction in accordance with all federal, state, and local rules, laws, regulations, and ordinances. Design • Meet all City of Belmont requirements and specifications. • Maximize the use of public right-of-ways and minimize the requirements for public easements. • Provide any schedules required by applicable agencies. • · Provide all drawings and specifications required by applicable agencies. • Make any revisions required by applicable agencies. • All design documents shall be stamped by a professional engineer registered in the state of North Carolina as required by applicable agencies. 00-038/3280--096/I 128 3-10 I I I I I I I I I I I I I I I I I I Construction • Work must be performed in a systematic manner as to minimize the inconvenience · to the public during the course of construction. • • • • • • Prior to construction, the Contractor shall put in place any erosion control measures that are needed or required by City of Belmont and the North Carolina Division of Land Resources. Open cut crossing of public and private rnadway pavements shall be scheduled and performed during periods ofleast expected traffic interferences. Temporary closing of roadways shall be cocirdiriated with the City of Belmont Police and Fire Departments as well as the North Carolina Department of Transportation. Notify all utility offices which are affected by the. construction operations as required by the City of Belmont. · · Work must be perf~rmed on public property and ease~ents. Any work on private property must be coordinated with the Project Representative, and written permission must be obtained prior to conducting work. The existing water and sewer systems must remain in continuous operation during the construction. · Connect to existing facilities including, but not limited to, structures, drain lines, and utilities. • Make appropriate changes to home piping required to switch residents from wells to city water. • , All potable water and distribution lines shall be disinfected and tested as required by the City of Belmont. • Trenching, backfilling and compacting shall be executed safely and in accordance with industry and City of Belmont standards. • Paving repair and resurfacing will be performed as required to · complete the construction. This work will be performed in accordance with City of Belmont standards. 00-038/3280-096/1128 . 3-11 . I I I I I I I I I I I I I I I I I I Materials • A minimum of 8-inch-diameter pipe shall be used for the water main extensions . Valves, valve b~xes, miscellaneous piping and accessorie·s, fire hydrants, water mains, and any other material or equipment required for construction shall conform with applicable agency standards. Testing and Inspections • • Perform and pass all required post-construction testing including, but not limited to, bacteriologic, pressure, and leakage tests as required by applicable agencies. Applicable agencies shall inspect construction activities of the Contractor. The Contractor shall correct noted discrepancies. Post-Construction • . Surveying shall be conducted as required by City of Belmont. At a minimum, the location of the water main, water stubs, water meters, and piping leading into residents being connected shall be determined. • Site restoration shall be conducted as required by City of Belmont. • Ascbuilt drawings shall be completed as required by City of Belmont. • Old piping leading up to the drinking water well shall b~ removed and disposed of . by the Contractor. Any landscaping damage caused by the Contractor while performingthis activity will be repaired by the Contractor. Note: The.Contractor should be aware that wells servicing multiple households may not be abandoned for all residences involved. The well must remain in-service without construction contamination when disconnecting only the houses being hooked up to city water. • Equipment, material, and wast_e shall be removed from the site. • The landscape shall be restored as required. 00-038/3280-096/J !28 3-12 I I I I I I I I I I I I I I I I I I . . ... · .. ; ,-, . .c~,. -::•-"---'"'-·'•" ·,.-_. • .. ,·.c:.-. '"·:~-"~".------- City of Belmont Minimum Specifications and Requirements· · Minimum sp~cifications and requirements for the design, installation, arid testing of the water main extension are being developed by the City of Belmont. These requirements shall ... be passed out to all bidders at the prebid meeting schedule for Decembers; 2000. The City · of Belmont require~ents shaH be met by the Contractor in performing all work at the site. The City of Belmont minimum specifications arid requirements shall supercede any requirements stated in this SOW,. . . 3.2.2 PERFORMANCE STANDARDS ·· Performance standards include . · • • • • • • Obtain approval of the water mai~ design (including any required specifications and · . drawings) from the City of Belmont and any other applicable agencies prior to construction. Obtain all applicable permits associated with the construction . Obtain clearances from all public utility organizations . Correct any discrepancies noted during construction inspections and oversight. Ensure continuous operation of existing water, sewer, all other utilities, and ·comrminications · at the site (excluding reasons outside the control of the Contractor). Execute and pass all necessary post-construction testing required by the City of Belmont to assume operation and maintenance (O&M) responsibility of the water mam. 3.2.3 DELIVERABLES The following deliverables shall be submitted to the Project Representative iri accordance with the schedule outlined in Section 3.2.4. Note that additional deliverables will be required 0M38/32S0-096/l 128 3-13 .. I ... I I I I I I I I 'I I I I I I I I I :I by other applicable agenci~·s (such as the City of Belmont and other state agencies) to complete the work described in this document. • • • • • • 3.2.4 Conceptual design to include a complete description of how the Contractor plans to complete the work described in this document as well as drawings showing the proposed water main extensions (need to show existing and proposed), Produce a schedule for the design, mobilization,. construction, testing, and . demobilization (including site cleanup and restoration). The schedule will meet the criteria listed in Secyon 3.2.4. · The schedule shall show estimated times for applicable agencies reviews. Documentation that the performance standards listed in Section 3.2.2 were met. Project plans as outlined in Section 3.4 . Certification of completion . Design documents, including, but not limited to, drawings, specifications, and schedule required by applicable agencies other than the Project Representative will be submitted to the Project Representative five days prior to the date it is due to the applicable agency. SCHEDULE The Contractor shall comply with the schedule presented in Table 3-2. The table lists the maximum allowable duration for deliverables, construction, and other project-related tasks. 00-038/3280-096/1128 3-14 I I I I I I I I I I I I I I ,I . Table 3~2. Water Main Extension Schedule Milestone Schedule Complete conceptual design, schedule, and pricing sheet. Perform required surveys and identify all access requirements to the Project Representative Develop draft plans, designs, and specifications . Obtain all easements, right-of-ways, and access agreements Attend 90% Design Meeting Complete prefinal plans, designs, and specifications Complete final plans, designs, and specifications Obtain all required permits for construction Construction including connection of individual residences to city water. Also includes all required testing and passing construction-related inspections of applicable agencies. Demobilization including site cleanup and restoration as required by applicable agencies. Submit as-built drawings as required by applicable agencies Submit with cost and technical proposal 21 days after notice to proceed 21 days after completing survey 45 days after completing survey 1 day after completing draft plans, design, and specifications 15 days after 90% Design · Meeting 15 days after receiving comments 60 days after completing prefinal plans, designs, and specifications I 05 days after obtaining all required permits 15 days after completion of . construction 45 days after completion of construction · 3.3 RESIDENTIAL CARBON FILTRATION UNITS 3.3.1 SCOPE OF WORK The Contractor shall install four individual residential carbon filtration units (RCFUs) to serve five separate residences. Residential locations are listed in Table 3-1 and are shown on Figure 3-1. Parcel 128/128A on Centerview Street is comprised of two separate. residences that will share the same· RCFU. This unit shall be sized to handle the 00-038/3280-096/1128 3-15 I I I I I I I I I I I I I I I I I I . . . . . . . . . -. . requirements of both residences. The Contractor shall be responsible for proper sizing of the treatment units for each listed resident. The residential granular activated carbon (GAC) wellhead treatment units will be capable of treating contaminated groundwater to North Carolina Groundwater Quality Standards for volatile organic compounds. At a minimum, each treatment unit shall consist of a prefilter, two GAC carbon units, sainple ports, and pressure gauges. Each treatment unit shall be capable· of handling resid~ntial flow requi;e~ents. Each treatment unit shall be sized as . . required in the appendix. System control shall be completely automatic. Each treatment system shall be capable of operating continuously, 24 hours per day. The treatment units shall. be installed at required individual residences in .such a way as to minimize inconveniences to the residents. In some cases, residents may require electrical and well house upgrades to handle the ins~llation of the new systems. The price for these upgrades shall be included in the lump sum price supplied in Table 4-2 .. After six rrionths of operation, each installed RCFU will be sampled and analyzed for volatile organic compounds in acco.rdance with a Field Sampling Plan developed by the Contractor (see Section 3.4.2). The Contractor shall report results from this sampling to the Project Representative. The Contractor shall replace all activated carbon contained within installed units after the first year of operations. All work shall conform to the specifications and performance standards presented below and in the appendix. 3.3.2 PERFORMANCE STANDARDS Performance Standards include • Treatment systems shall treat water to North Carolina Groundwater Quality Standards listed in 15A NCAC, Subchapter 2L, Section 0200. • For the period of one year, the Contractor shall respond to all corrective · maintenance calls within 24 hours of notification from individual residents, and 00-038/3280-096/J 123 3-16 .. . . ' . ' . . m "~·-·, .. ·~-~-..... ,. .. ,, . " ···:"·~·· '. .. : ---. _,.. ---~-.. ,_ -•. •.,~--~---,. ___ .,,.:, .. -.,,, '" ,-., .. ,., .. ,, •. , •••• ,.-.• .:. •. -,,.. _'. , . .,,.,,-►-.. ,~ ............... -......... > ·'·····,-,,..t. .. ~--~-,.,, ..... ,,,,,. ,-., .. : ;,-.·,.,,..• ,·, ·,,, __ '". \--~--. ..., ~ E I I I I I I I I I I I I I I 'I I I • For the period of one year, no installed system shall require repair more than three times ( does not_ include repair required as the result of operator error). 3.3.3 DELIVERABLES _The required deliverables are listed in the appendix. 3.3.4 SCHEDULE The Contractor shall comply with the schedule presented in Table 3-3. The table lists the maximum allowable duration for deliverables, construction, and other project-related tasks. Table 3-3. Residential Carbon Filtration Units Schedule Milestone Schedule Complete conceptual design, schedule, and pricing sheet. Submit with cost and technical proposal. Provide O&M documentation outlined in Section 3.4.1 of 45 days after contract award. this document." Complete installation of all required residential carbon filtration units. · · Demobilization including site cleanup and restoration. Conduct sampling and analysis of all installed units. Provide results of sampling. Provide one year of O&M support. Replace all activated carbon in installed units. 00.038/3280.096/i 128 3-17 30 days after approval of final design 15 days after completion of installation. After 6 months of operation · 45 days after completing sampling I year after completion of demobilization. After I year of operation I I I I I I I I I I I I I I I I I I I ,·· ...... •,-·"" .. 3.4 PROJECT PLANS · . The Contractor shall submit draft and final versions of the plans listed below. The draft plans shail be reviewed by the Project Representati~e and other agencies. The Contractor shall produce a co~e~t response form for each draft pl~: The Contractor shall incorporate changes as required and produce .a final version of each plan. The schedule for submitting O&M documentation is outlined in Section 3 .3 .4. The schedule · for submitting site-specific plans is outlined in Section 3.2.4. 3.4.1 OPERATION AND MAINTENANCE DOCUMENTATION Because O&M of the water main extension will be transferred to the City of Belmont upon completion of construction and testing, a ·formal O&M Plan will not be required for this · work. Additionally, a formal O&M Plan will not be required for the RCFUs. However, the Contractor will submit to the Project Representative the O&M documentation. 3.4.2 SITE-SPECIFIC PLANS 3.4.2.1 Sampling and Analysis Plan General The Contractor shall prepare a Sampling and Analysis Plan (SAP) for the remedial activities described in this SOW. This plan will be used to ensure that all sample collection and analytical activities are conducted in accordance with technically accepted protocols, and that the data generated will meet the data quality objectives (DQOs) established. The SAP will consist of a detailed site-specific Field Sampling and Analysis Plan (FSAP) and a Quality Assurance Project Plan (QAPP). 00.038/3280-096/1128 3-18 1· ' ·-···~ ... · . I I I I I I I I I I I I I :1 I I I I Field Sampling an~t'Analysis Plan · The FSAP will describe in detail the various field sampling activities required to support the ·. activities described in this SOW. The FSAP will state the sampling objectives; identify the location, number of samples, sample types, and analyses necessary to define site contamination; and list the necessary equipment for performing the field sam'p!ing activities. This plan will provide a guide fo~ all field work, identify the individuals responsible for site · work activities, and provide detailed procedures for conducting all field activities. The FSAP shall specifically address sampling ofRCFUs as described in Section 3 .3. I and the appendix. · · Quality Assurance Project Plan The QAPP will be prepared in accordance with EPA Region 4 guidelines, for all site sampling activities. The QAPP will specify the procedures that must be implemented to ensure that data gathered at the site are consistent ~th specific quality goals of accuracy, precision, and completeness. 3.4.2.2 Construction Quality Assurance Plan The Contractor shall submit a Construction Quality Assurance Plan (CQAP). The CQAP · shall be prepared in accordance with "Construction Quality Assurance for Hazardous Waste Land Disposal Facilities" (EPA 1986). The CQAP shall cover all remedial activities described in this SOW including, but not limited to, those listed below. • • • the extension of existing water mains to provide city water service to selected residences, connection of individual residents desiring city water to the water main extension, installati~n, m.tlntenari.ce, and sampling ofindividual RCFU s to selected residences . 00-038/3280-096/1128 3-19 I I I I I I I I I I I I I I .:1 ' ::1 I \ At a minimum, the draft CQAP shall provide requirements for the following elements: .. .. • • •· Responsibility and authority. The .Contractor shall list all organization and key personnel involved in the remediation action construction. · CQA, Personnel Qualifications. The Contractor shall establish the minimum qualifications of the Construction Quality Assurance (CQA) Officer and supporting inspection personnel. · · Inspection Activities. The Contractor shall establish the obse~ations and tests that will be required to monitor the construction and/or installation of the components of the remedial action(s). The plan shall include the scope and frequency of each type of inspection to be conducted. Inspections shall be required to verify compliance with environmental requirements and include, but not be limited to, air quality and emissions monitoring records, waste disposal records (e.g., RCRA transportation manifests), etc. • Inspections shall also ensure compliance with all health and safety procedures. Sampling requirements. The Contractor shall establish the requirements for sampling activities, sample size, sample locations, frequency of testing, standards for acceptance and rejection, and plans for correcting problems as addressed in the. project specifications. Documentation. The Contractor shall describe the reporting requirements for CQA activities. This shall include such. items as daily summary reports and · inspection data sheets. . The Contractor shall establish and implement a comprehensive quality assurance program in order to define the reliability of the samples collected and analyses performed under this SOW. This program shall be documented in the QAPP. The Contractor shall describe the procedures for the collection of environmental samples. · The procedures shall be in conformance with EPA Region 4 Standard Operating Procedures (SOPs). Duplicate, blank, and other quality control (QC) samples shall meet EPA Region 4 requirements.·· 00-038/3280-096/1128 3-20 I I I I I I I I I I I I I I I 3.4.2.3 Health and Safety Plan and Contingency Plan The Health and Safety and Contingency Plans (HASP/CP) shall· comply with the . requirements of OSHA Standard 29 CFR 1910.120(b)(l) through (b)(4), and shall include a health and safety risk analysis, a description of. monitoring and personal prot~ctive · equipment, medical monitoring, and site control.· The HASP/CP shall also compl:Y with all . . other applicable OSHA requirements .. The contractor shall prepare a Contingency Plan written for the on-site workers and the local . . . . potentially-affected population. The plan shall include a Spill Control and Countermeasures Plan, which shall include the following: 1. · Contingency ~easure~ for potential spills and discharges of contaminated soil, · water, slag, or other material. 2. A description of the methods and facilities to be utilized to prevent contamination of soil, water, atmosphere, uncontaminated structures, equipment, or other material by spills or discharges .. 3. A description of the equipment and personnel necessary to perform emergency measures to contain any spillage and to remove spilled materials and soils or liquids · that become contaminated due to spillage. Disposal methods for collected spill material must be identified. 4. A description of the equipment and personnel to perform decontamination measures that may be required for previously uncontaminated structures, equipment, or material. 5. A description of air monitoring, if required, to ensure the protection of on-site workers and off-site population and ecology. 00-038/3280.()96/1128 3-21 I I I I I ·I I I I I I I I I I I I I ·I ' . 3.4.2.4 Waste Management Plan . General A Waste Management Plan (WMP) _shall be developed which details how waste will be handled during the remedial activities described in this SOW. The WMP shall also include a Waste Transportation and Disposal Plan and a Pollution Control and Mitigation Plan. · . Waste Transportation and Disposal_Plan A Waste Transportation and Disposal Plan shal_l be developed which details how the waste will be transported to the approved disposal facilities. The Contractor shall ensure that all_ operations for ·loading and hauling of all wastes are in compliance with federal and state · Department of Transportation (DOT) regulations, EPA Hazardous Waste Regulations ( 40 CFR Parts 262 and 264), "Revised Procedures for Implementing Off-Site Response Actions" (EPA Office of Solid Waste and Emergency Response [OSWER] Directive Number 9834.11, November 13, 1987 or as amended), and all local requirements. Pollution Control and Mitigation Plan A Pollution Control and Mitigation Plan shall be prepared which outlines the process, procedures, and safeguards that shall be used to ensure contaminants or pollutants arc not ·. released off-site during the implementation of remedial activities described in this SOW. Q0.Q38/3280-096/l 128 3-22 .• -- 1 I. I I I I I I I I I I I :1 ·' I I :1 -·I •' ·:1 4.0 EVALUATION OF BID Each contractor will complete Tables 4-1 and 4-2. The totals of each table will be used to determine the winning offer as described in the subcontracting l~guage attached to the . document. All costs will be included in the bid items listed below. 00-038/3280-096/J 128 4-1 - --- ---·----· -- - -- -- Table 4-1. Water Main Extension Price Scliedule Item Quantity used to number Description Units Offer price determine bid nrice Totals I Complete required design documentation and make revisions as required by Lump Sum I applicable agencies .. . 2 Obtain all necessary licenses and permits Lump Sum I 3 Submit and revise, as necessary, the site-specific plans Lump Sum I 4 Mobilization Lump Sum I - 5 Construction of water main extension-includes all supplies and materials · Lump Sum I (such as water main, dip fittings, fire hydrants, and isolation valves). Also includes all labor and equipment required for co.nstruction. 6 Water meter assembly ~d connection stub · Each .. ·110 7 Connect individual residents to the water main extension .Each 60 8 Completion of all site restoration requirements Lump Sum I 9 Successful completion of all post-construction testing and inspections Lump Sum I 10 Post-construction documentation Lump Sum I 11 Demobilization Lump Sum I TOTAL $ Signature Title Printed Name Date - - --- -- - -- - --·--- - Table 4-2. Residential Carbon Filtration Units Price Schedule Item Quantity used to number Description Units· Offer price determine bid nrice Totals I Installation of residential carbon filtration units in accordance with Lump Sum . I specifications listed in Appendix B of this report 2 Provide O&M documentation Lump Sum I 3 Conduct sampling after 6 months of operation and provide sampling report Lump Sum I 4 Provide one year of operations and maintenance support including, but not Year limited to, repair, carbon replacement, routine and preventive maintenance, and waste disposal 5 Provide post-construction documentation Lump Sum I 6 Replace all activated carbon in installed units. Lump Sum I TOTAL $· Signature Title Printed Name Date ~--------'----··-··.····· .... -. . -· --~-• I . I - -I I I I I I I :1 I I •• ·I I I ATTACHMENT .. RESIDENTIAL WELLHEAD GRANULAR ACTIVATED CARBON TREATMENT UNITS PERFORMANCE SPECIFICATIONS I I I I I I I I· I I I I I I I I .I I . ATTACHMENT RESIDENTIAL WELLHEAD GRANULAR ACTIVATED CARBON TREATMENT UNITS PERFORMANCE SPECIFICATIONS .PART I GENERAL 1.01 1.02 1.03 SCOPE OF WORK . . . . . . -· . . . . A. Furnish all labor,· supervision, materials, equipment, tools, permits, and services required to design, furnish, install, startup, operate and maintain four residential wellhead granular activated carbon (GAC) treatment units (treatment units) as specified herein. · · · · B. The treatment units shall be furnished complete with all equipment and necessary parts, controls, and incidentals required for successful .operation. 'Installation shall be in · complete conformity with this Section and the instructions and recommendations of the equipment manufacturer. · RELATED WORK Not used. SUBMITTALS A. Submit to th~ Project Representative the following: B. I. Literature and shop drawings describing the equipment in sufficient detail, including parts lists, materials, dimensional drawings, and details of construction to indicate full compliance with this Section . . 2. Proposed equipment layout drawing in plan view. 3. A piping and instrumentation diagram for the individual wellhead treatment units. 4. Proposed collection, testing, and disposal procedures for all waste streams generated by the treatment units. · Operation and Maintenance Documentation I. Operation and· maintenance documentation will be provided· to the Project Representative for review and approval. Once finalized, one copy will be provided to each resident receiving a treatment system. Documentation will include: • Manuals, instructions, and other documents provided by the equipment manufacturer; 00-038/3280-096/1212 A-2 I I I I I I I I I I I I I I I I I :I 1.04 • Preventive maintenance instruction and schedule; • Corrective maintenance instruction; and • Startup, shutdown, and normal operating instruction. QUALITY ASSURANCE . . A. Equipment described under this Section shall be the standard products of_ manufacturers who regularly engage in the production of this type of equipment and who are fully experienced, reputable, and qualified in the manufacture of the equipment to be furnished. The units shall be designed, constructed, delivered, and installed in accordance with the best trade standards. Each component furnished . under this Section shall be new and unused and the product of a manufacturer having a successful record of operation, manufacturing, and servicing the equipment for a minimum for 5 years. 1.05 . SYSTEM DESCRIPTION . . . . A. .The resid~rit GAC well0head treatment units shall be capab;e.oftreating all recovered groundwater to North Carolina Groundwater Quality Standards for volatile organic compounds. The maximum expected influent concentrations of contaminants are listed in Table 1 ofthis section. The data in this table was generated from residential drinking water well data presented in the US EPA Region 4 North Belmont PCE Site Remedial Investigation Report, North Belmont, Gaston County, NC. They represent the highest detected value for the contaminants listed. Contaminants which did not have detectable results were not listed in the table. . . B. The treatment units. shall at a mi~imum consist of a prefilter, GAC carbon units, . sample ports, and pressure gauges. Each treatment unit shall be capable of handling residential flow requirements. System control shall be completely automatic. System shall be capable of operating continuously, 24 hours a day .. C. Major systein components of the groundwater treatment system include: I. Pre-filters 2. A minimum of two carbon units configured in lead/_lag positions 3. Sample ports before and after the carbon units 4. Pressure gauges as required to operate and maintain the equipment· 5. System instruments and electrical equipment 6. System piping and miscellaneous appurtenances 00.03 8/3280-096/ 1212 A-3 I I I I I I I I I I I I I I I 7. System enclosures (as required). A basic system schematic is shown in Figure A-1. TABLE 1 MAXIMUM EXPECTED CONCENTRATIONS FOR NORTH BELMONT GROUNDWATER Results Contaminant (µg/L) Tetrachloroethene . 480.00 Trichloroethene 22.00. 1, 1-Dichloroethane 2.1 l, 1-Dichloroethene 14.00 cis-1,2-Dichloroethene 26.00 Trichlor9fluoromethane . 810.00 Chloroform 0.87 Carbon disulfide 2.50 Aluminum 79 Barium 66.0 Cadmium· 2.9 Calcium 82000 Chromium 2.7 Copper 68.0 · Iron 2300 Magnesium 12000 Manganese 59.0 Molybdenum 2.1 Potassium 13000 Sodium 12000 Strontium· 490 Vanadium 9.2 Zinc 6000 Alpha Chlordane · . 0.054 Bis(2-ethylhexyl)phthalate 41 Gamma-CHOE 0.02 Gamma-CHLDA 0.035 Heptachlorepoxide 0.051 00-038/3280-096/ 1212 A-4 I I I I I I I I I I I I I I I I I . ' . · ... ------'---~, ...... -. ... ···--········ _SIMPLE CARBON FILTRATION· Pressure Gauge/Sample Port · PREFILTER CARBON TANKS N.T.S. FLOW V The number of tanks and their sizes will be determined by vendor COM FEDERAL RAC VIII RESIDENTIAL WELLHEAD TREATMENT UNITS NORTH BELMONT PCE SITE GASTON COUNTY, NORTH CAROLINA A-5 FIGURE NO. A-1 I I I I I I I I I I I I I .I I 1.06 1.07 I.OS PERFORMANCE SPECIFICATION A. Recognize that this is a "perfornianc~ type" specification and, as such, shall design and furnish adequate equipment and treatment systems to meet or exceed the· -performance criteria specified herein. · . REGULATIONS AND CODES A. Comply with all the law~, ordinances, codes, rules and regulations of the foderal, State, and local authorities havingjurisdi_ction over any of the work specified herein. · JOB CONDITIONS A. Install equipment in a way which minimizes inconvenience to individual residents. B. Clean installation sites prior to leaving. PART 2 PRODUCTS 2.01 GROUNDWATER TREATMENT SYSTEM A. Each treatment unit shall be sized to handle ·re~identiai' flows. In some cases, residents may require electrical and well house _upgrades to handle the installation of new groundwater systems. A minimum flow assumption of 450 gallons per day (75 gallons per day per person up to a maximum of six individuals per residence) with carbon replacement every 16 months shall be used in sizing the units. The system . : shall be capable of treating groundwater having the maximum concentrations listed in Table I to North Carolina Groundwater Quality Standards listed for volatile organic compounds in I SA NCAC, Subchapter 2L, Section 0200. The system shall be designed to operate continuously 24 hours per day, 365 days per year. B. Prefilter • C. 1. The activated carbon system shall include upstream cartridge prefilters (a minimum of one) to remove particulate material. Cartridge filters shall' be furnished complete with filter vessels, cartridge elements (nominal IO micron rating), gaskets, and incidentals. Activated Carbon Units I. Provide an activated carbon adsorption system to reduce the concentrations of organic contaminants to levels below North Carolina Groundwater Quality Standards for volatile organic compounds (see citation above). The system shall be a downflow, fixed-bed type system. The activated carbon filters shall include all vessels, internals, piping, carbon media, instruments, controls, and incidentals for a complete and operational system. Activated carbon media shall be by Calgon Carbon Corporation or.equivalent. Provide all carbon media as required throughout the first year of operation. All filter vessels and system components · shall be constructed of corrosion-resistant materials . 00-03 8/3280-096/ 1212 . A-6 I I I I I I I I I ,I I I I I I I 2.. A minimum of two units will be provided. · 3. · The units shall be co~figured in a lead/lag relationship . . D. · Sample Po_rts 1. Sample ports shall be placed before and after the carbon units. They shall be suitable for obtaining samples which will be analyzed for organic contamination. E. System Controls and Instrumentation. 1. All system controls and instruments shall be furnished for a completely automatic, operator-free treatment system. The process instrumentation 'and control system for the groundwater treatment system will consist of equipment mounted instruments and controls. The system concept will be that all control will be provided locally at the re_spective equipment unit. . F. System Electrical 1. · Residential electrical systems shall be upgraded as required to power all installed treatment systems. G. System Piping, Gauges, Valves, Hoses, and Fittings I. All piping, ·gauges, valves, hoses and fittings for complete operational residential well-head treatment units .. H. System Enclosures 1. For those residents who do not have a sufficient or suitable enclosure (wellhouse) to cover the treatment system, a system enclosure will be provided by the Contractor. The enclosure will protect installed system equipment as required to ensure operation. PART3 EXECUTION 3.01 INSTALLATION A. To the extent possible, all component equipment shall be installed in a way which does not interfere with the individual residences receiving the units. B. The installation of the system equipment shall be in strict accordance with the · manufacturer's technical data and printed instructions. Equipment shall be installed on a permanent basis and supported by proper foundations. C. Following completion of system installation, the system performance shall be demonstrated to the resident. 00-038/3280-096/1212 A-7 I I I I I I I I I I I I I :I ----------------··-• ·················---- 3.02 3.03 OPERATIONS · A: · Contractor shall be responsible for all operation and maintenance of all treatment units throughout the first year of operation. B. Replace spent activated carbon filter material after one year of operation. If · regeneration is performed by the Contractor, all regenerative solutions and raw chemicals shall be provided. Properly handle and dispose of any spent regenerative · solutions in accordance with Federal, State, and. local regulations. Remove, handle, and dispose of spent activated carbon media in accordance with Federal, State, and local regulations. Remove, handle and dispose of all spent cartridge filters and other· waste materials generated by the units in accordance with Federal, State, and local regulations. Repair or replace any malfunctioning equipment immediately to . minimize downtime. TESTING A. Operational testing shall be of sufficient complexity and duration to fully demonstrate the operability of all equipment and systems with respect to functionality, rate, and · capacity over the specified operating ranges of the equipment provided. B. . Testing will be performed to ensure water is being treated to North Carolina Groundwater Quality Standards for volatile organic compounds. Samples will be taken after the treatment columns. Samples will be taken from each of the four residences receiving treatment units. Samples will be taken after six months of · operation. Samples will be collected and analyzed in accordance with EPA Region 4 protocols. Samples will be analyzed for volatile organic compounds in accordance with EPA Method SW-8260A. Sampling and analysis shall be .performed in accordance with the approved Field Sampling Plan. 00-038/3280.096/1212 A-8 ··-·-.··-. .. .......... -, ......... _........ ............ .. ......... . ........ . . . . __ ,,,, . ' .. " .... .... .., ... ' ., .. ,. I . . . '. ·. . . ' . . . I I.· .. I I I I I :I , I. I I ·I ·1 I I I ,I . ' . ' . ' .APPENDIXD EXTENSION OF EXISTING WATER MAIN SCHEDULE ':I CDM Federal Programs Corporation 00-034/32~0-0&a/1212 I I I I I I I .A:_o·;p_ro_curertieij(Otsu1:>a;-n_tractf'fi~~ff:~~1;.~~&1~~~~~~~e~ r l:jegm Procurement of Subcontract :A:t ~i~rebi_d:{Pi"~';.S_9J!~t~.ti(?'Q):A~Jvtti€s~:t~,'lX~Zf~¥~-:f~~~~~~~W~T~£~ Meet wnn the c;Ity of Belmont 114. 1 1Aavert1se, Prep, 01stnbute Contract Documents · 1:::uoaers review Kt-/-"' I Pre Bid Meeting .[Questions due from ljlCaers I H.esoIutIon ct InquInes/lssuing J-\oaenda 1 tsIaaers Prept:'.:iubmit t:Sld Response 514.1 Hl4.l 1 4.1 114.1 lS 4.1 LlNUVUU 1 'I -.-.----.~4:.;?:~~e-_ ~-:AW~f9l~Ifi_Vities;r~~~ltfi:t{~~;a~J-~si:.~!~~~rJ;&i:..lf~~~~~ : Evaluate Bids , "+.i l .:)Jf\1~u, 1 I I I I I I I I I I I Requesflor tct-'A-Consem 'I ~fl::3~P.!i~ti~~ifd.f~6!iVW€S~J:'~tf,;$.~~r~~~~ 1 Award Contract to Subcontractor t 14.3 1, '-Post Award w1eet1ngs/ Pre-construction . Conference I Subcontractor Prep Post Award Documents Rev1ew-----Perm1ls, Insurance ljonds H.ev1ew Subcontractors .:>cnedule :1 Review Su6conlraclors!Vleasurement & Payment Sch ssue No: ice to Proceed to .:>JL. I Review Rev1s1ons1Aoaenda-fo :::;1L Submittals 114.3 ,, /14.3 I ( L..uV I . 114.3 ,, .. " 114.3 ,, 714.3 ., " 1 4.3 " .:)Ul4.3 " (9:·o.tM~i:iijgerrtefif~-~-ppof.!~~§~4t~~if~~ittf~t~~~~~f~~ .:>ubcontract Management Support .:>>J1.. 1 o.o 1,, , , t.:) 1 JULU:l I Monifo(Suocontract costs and Reserve Budget 51: 5.0 " I->1JUL02 ~-6_:0\Qet~i_l~d.IB_8S_id.~ri.t_l,i1Sj:i~9tiOrl.:(RE!~ide"fi(E6Qiri.eieO_;::;t~W!Jft1)~~I~F~-if!£~i~ 1 uetailed "ResTclemlnspect,on u. ti.O · 11 , , 1 £;:,vv Iv I Conduct ~ne wa1Kaown :Prep Uran Final Inspection Report 1 C.I"' A Review urep F ,nal Inspection Report Project Start Project Finish Data Date Run Date 20NOV00 1:iil& b5 31JUL02 20NOV00 12DEC00 (Cl Primavera Systems, Inc. i 1d.O I.JVVVI VI "" ,-o.O uo1~vVUl 1"116.Q 1£fl~VVVI I' lb.0 111UclNI @ •►s i'7 Early Bar Progress Bar Critlcal Activity ' " NBWO I l l I I I I I . '' ' 1· I I I ' . 'Meet with he City of Belmont ' i,, I I . I I I l I I Adverll, e, Prep, l!llstribute Contra, t Documents •l I I •sidders revie~ RFP : · : : •pre aid Meetin~ : : ., ' stlons d~e from l;!ldders ' ' ~ Resolullpn of Inquiries/ls, ulng Ad~enda _., I I. . I , • Bld~ers PreP,/Submlt aid Resp~nse . ' ' ' I I . . I , t;uate B,lds : RequeSt for EP .,. Consent ' ' . I . I I I ' . ' rt' 1 wa~d Contr. ct to Su~contract~r . ! Pdst Aware Meetings/ Pre-Constructl, n Conference I it I .1 1 I I I I . I. .I I I ' , I "'Subcontractor Prep Post Award Do, uments , ' ' ' ' ' ' ' ' I ' ' ' ' ' ' ' . ' ' ' ' ' I ' . I 11 I I I : _j 1' rRevlew Pennits,: lnsu~n~e Bonds : ' I , I l I I : . _1· •Review Subcont'ractor"s Schedule : I ' I I I l . ' ' ' ' ' ' ' ' ' ' ' ' Review Subcont;racto~s rjleasure, ent & PaYment S~h I I I I "Issue I otice to !'roceed ~o S/C--: : I l I I I · Review Revisions/Addenda to S/C' Submittals . I I I . I . : I I I I I I I I I ! ,. ' North Belmont Remedial Action Water Main Schedule ~'~~~~~;:r-~:-9,:~~~~f~J-'+.f~~%~S ·~:~~dl .Y--~~.XU&~*~~~~~~2002tt-;~~~~'1-~"'f~~~ . V;;,11,,mece!' iWJAN,..,»•F.EB\lil~MARM <i<APRs~lf'lMAY15'l!lrJUN~ ,;.;-JuL:~•ie,AUG~•EcSEP,~ t I I I , I I I I I I I I ·, ' ' ' . ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' ' '. .. ' ' ' I ' ' ' ' ' ' ' ' ' ' ' ' I ] .·_-I ' I ' ·, ' ' I I I I '1 Oetailec( Residen lnspectiPn : 1 I I I ,;..,,Conduct Site V alkdown' . ' ;l _: I : : , ~Prep Dra~ Final Inspection Report I I I I ! ,; _ I I 1 £1iii!EPA evlew 1 • • 1 I I ' _ I I : : L1'll!!lll'flrep Final Inspection Report t I I I I Sheet 1 of 2 ' ' ' ' ' I ' ' . ' ' ' '. ' ' ' ' '1Project Mgt ' ' ' . . ' ' ' ' ' ' Subcontract Ma, ' Monitor:subcon CDM Federal Programs Corporation IA Sub~idiary a/Camp DrH&er & McKee Inc. I I I I vu1v1 t--eaeraI, crM., 6 t,Ity KevIew 1:, 6.0 o,,v,,,,u, ,...,,.,r, ·v I I ;::,uoconuactor uotain l""enTIRS O\.:lttU VIIVlr\lVI " .:,ubcontractor ueve1op rina1 Plans & Specs 15 8.u 1...,, • .,, •-.II --• .1 VI I 1 .,;;,UOcontra"'lor vvacer Main L,OOS1JuctIon 1aulB.U I :11UUl.,lv1 .:,ubcontractor Install t;aroon units JU O.U ' "" ..,uocomract0r ::suomn Asouin urawings 1416.0 1 ,, I f9l·1_fOP.Eit~ti0ii~at-M~irl_t_eI1~a·11qe:co_~M)f.,i?¾;"t;,fyj;f/lj.jfJ'.f?(1ft;§t?jbSE~Jtm~~ 1-.J,..., vu,v, uocuments for c.;arbon Unns 11 ~-1 11 1 , 1 I }9i2:/SY§tEf&.tR.~rf6jm'8?fCf:&!·t~~~t~~6~.$f~~~~t~~f&~~~~ I :;ystem u<>1v1 tor t;aroon Units aw s.L , "" 1 ::suocomraccor ;:sampIe varoon un11 I t~:_3j;_~~P.9ftP:l.6je_glR~'r:f_9rin~ijce'.~~t$.~~Tl/if~ttlt:5ic,@-~~?~ffi~~:;g~~ ...,...,,v, ,...rep uran 1ecnnicaI Memoranaum ""' :1.;;i 1 ,, .. ...,., ... 1 .,, ....... ....,J1 ~rM. KevIew uran I ecnnIcaI Memorandum ,~ 9.3 ' 1.,_,L..1._VVI I 1.,utv1 Prep ~ma, , ecnn1cat Memoranaum 1.., ....... ....,..,. ' }1.0~1"i,QfirrfO_b_int~ti~~:i@.:~tiJ~;\~ti~{~t¼.~t;il1i~l-~~:t~~f.:::"i::-\i~~..i~¼~~~~~j.:JlJ I .:,,v uemou11IzatIon -t,a,uon unit , 1u.1 , 1 .:iue ttestarauon .)U lU.1 ""OVL.IVI ' I ~, uemooI1zat1on -vvater Main 15 10.1 L <A .. {1_ Qi2t~iiffifi~lli;.iri~,l:~CttV-!ti~f~f~if:z~~~~i~~:t?6_~~i4:~.jtl{,~iAf:/1!1Ji~~~~~ 1rennai inspection at t-'un, ... u LISt ""o 10.2 "" _ , f :l ,uc:vv 1 I ~;J9.3jF.Jrt1iLeaYm~nvPe_U:~~Cff~~iS_t~~7_tt'fJ~~jK~'·'.f;,{ifp}}1&ff~~:~;t~@~lE~~1* '--omptete Punch List ,~ lU.3 , ,·, 1-maI mspect10111r ayment 10 IU.S I -~10.'4y~_efh&Ci8l"ActiOf~.etfOH>S~-;:_'..Jf:':~i~~\\\{l~-'.'0§~:t:~·'.·it-):':'r:fr?)ti~~_r,".7i~~I1;;,?i~ i---rep uran rv-.. Keport ·10 Iu.4 ... I ccr,; Kev1ew "" Keport 4.J IU.4 rrept--InaI rv-..Keport 2 lU.4 .. I I ,-rep urart c;1oseou_t Keport '°111 .u I ... " I : ,-rep ~,nat 1.o,oseout Keport I I ...... ·· --._ .... .-_. --. : : , ~coiyi Federa, EPA, &;city Review : ; : : : I I , I I . I I l I I I I ; ; Subcontractor Obtain Per nits 1 : : : 1 : : : : Wsubcon :ractor O~velop fi~al Plans & Specs: . : : : : ; I I I I I I t l I l I I I I I I I r I 1 I I I I 1 .,· , , :. -Subcontractor Wi-ter Main Construction , 1 1 I I I I I l I l' I I I I t I I : : : : : -Subcontractor In tall CarbPn ·units: : . : : 1 1 : I I r t I I I -.I I I I I I l I I -: : ; : : : : ~Sub1ontracto Sub_mlt ~sbuilt ?rawings : : : : I I I I I t I I I I I I I l 1 ____ ,___ I I ___ _ : : : ·-: : 1:fJs,c o&M Docu nents fo~Carbon Units : .---;----------:-----: _:___ : I I I I I I I I I I I I I I ' . ' ., ' ' ' ' ' ' ' ' ' . . . ' ' . System O&M for Carb• n Units ,' ~Subc;ontracto1 Sample barbon Jnit ' ' ·' ' '' Sheet 2 of 2 I: I I I I ' ' ' ; 14;; P ep Draft Technic~I Memon ndum : I l I l : · EP Review pratt TeFhnical N emoran~um : ~ COM P~p Final Technical Memora~dum I I I I . T . I I l l.?s,c D~moblliza Ion -Carbon Unit : t I I I ! I I I I·• l I I I . I 'f1 t : : · · ,...lte Restoration I I I I I I I I I I I l ' ' ' ' ' ' I ·1 I I ~S. IC D~mobillz, !ion -W*er Main ; I;·. 1 t I I , , , Jlill:mpl~te Pun~h List ' ' ~7Flhai lnsp8ctJon/Pa ·ment : ' ~Prep ~raft RA Ieport :1 ! I' I I I '/'!®i¾'IVEPA Re iew RA Report ' : ' I : : ; ,-· Prep Final:RA Rep~rt . ' ' •r I I I ,. t. '.fl li7Prep Draft CloSeo~t Rei ort : ' ' ' , , I , ·J '7€PA ReYlew Closeout Ref)ort : -~P~ep Fina1lc1oseoui Report : I I I I